Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
DOCUMENT

C -- 506-16-101 Replace Automatic Transfer Switches - Attachment

Notice Date
2/11/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network 11 Contracting Office;John D. Dingell Medical Center;4646 JOHN R STREET;DETROIT MI 48201
 
ZIP Code
48201
 
Solicitation Number
VA25116R0109
 
Response Due
7/29/2016
 
Archive Date
11/5/2016
 
Point of Contact
Darryl Williams
 
E-Mail Address
darryl.williams4@va.gov
(darryl.williams4@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Architect Engineer (AE) firm shall provide architectural and design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for the Project 506-16-101, Upgrade Automatic Transfer Switch System AE Design at the VA Ann Arbor Healthcare System in Ann Arbor, MI as described below: Scope of project: 1.The consultant shall provide all necessary architectural and engineering (A-E) design services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction for Upgrade Automatic Transfer Switch System, Project # 506-16-101 at the VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, Michigan 48105. Work shall include all site work, utility connections, communication wiring and connection as well as any disruptions to existing systems. a.Project will upgrade or replace the ATS system throughout the Medical Center. Resulting upgrades will include total network capability, total isolated bypass, and replacement of older ATS units that are not capable of being upgraded, installation of central monitoring capabilities, and other upgrades necessary to bring the system up to the latest standards. 2. The selected firm will be required to fully evaluate the existing and present conditions. They will be required to review any background documents, asbestos survey and lead assessments of the existing area, original drawings, and other information in the VA engineering office for information related to their design. The firm is welcome to make copies at the engineering office of any documents and drawings. The engineering section will transfer any electronic documents to a FTP type site the AE has set up. Many times drawing files are too large to transfer via email. It is the intent of the Department of Veterans Affairs to have the A-E survey the existing conditions and not rely solely on old background drawings for their design. The VA makes no guarantee to the accuracy of background drawings, as most of the drawings are copies of original construction drawings and not "As Built" in nature. The VA does complete regular asbestos and lead assessments and believes these to be accurate. The AE will have full access to these surveys. Note: A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon "as built" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. In accordance with FAR 36.204, the estimated magnitude of the resulting construction price range is estimated to be between $2,000,000 and $5,000,000. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: (1) Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines which will be evaluated are architectural, engineering, and estimating. (2) Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (3) Capacity to Accomplish the Work: the general work load and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. (4) Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 5 years will receive a lesser score than those references for projects accomplished within the past 5 years. (5) Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms more distant than 350 miles will receive a zero score for this criterion. (6) Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. (7) Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (8) Specific experience and qualifications of personnel proposed for assignment to the project: and their record of working together as a team. FAILURE TO CLEARLY ADRESS ALL SEVEN LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. The NAICS Codes for this procurement is 541310 Engineering Services. Award of a Firm Fixed Price contract is anticipated. Anticipate award of contract with successful AE firm is July 24, 2016. Anticipated time for completion of design is approximately 120 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services after award of the construction project contract. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SMALL BUSINESS AE FIRMS. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc.) and a CD copy of the Standard Form 330. FedEx or UPS delivery only Mail to: Network Contracting Office (NCO) 10 West 4646 John R. Street Room B5381 Detroit, MI 48201 Attn: Contracting Officer Darryl Williams To be received by no later than 2:00 PM local time March 9, 2016. No solicitation document is available and telephone inquiries will not be honored. No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DtVAMC/VAMCCO80220/VA25116R0109/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-16-R-0109 VA251-16-R-0109_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2556269&FileName=VA251-16-R-0109-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2556269&FileName=VA251-16-R-0109-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center;4646 John R. Street;Detroit, Michigan
Zip Code: 48201
 
Record
SN04018008-W 20160213/160211234554-5ffb8a88fcb77edf3c1b18c59ba24343 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.