DOCUMENT
C -- ARCHITECT ENGINEER SERVICES INSTALL PARKING GARAGE FALL PROTECTION MALCOLM RANDALL VA MEDICAL CENTER GAINESVILLE FLORIDA - Attachment
- Notice Date
- 3/4/2016
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Activity 8;Attn: Tami Drake;619 S. Marion Avenue;Lake City, FL 32025
- ZIP Code
- 32025
- Solicitation Number
- VA24816R0636
- Response Due
- 4/4/2016
- Archive Date
- 4/14/2016
- Point of Contact
- Tami Drake
- E-Mail Address
-
CONTRACTING OFFICER
(TAMI.DRAKE@VA.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. GENERAL INFORMATION: The Department of Veterans Affairs, Malcolm Randall VA Medical Center, Gainesville, Florida is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services for the development of complete construction documents i.e., working drawings, specifications, reports, and construction period services for Project # 573-16-603, "INSTALL PARKING GARAGE FALL PROTECTION" located at the VA Medical Center in Gainesville, Florida. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) and implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more firms deemed most highly qualified after initial source selection will be chosen for interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Point of Contact: Tami Drake, Contracting Officer Email: Tami.Drake@va.gov PROJECT INFORMATION The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The Anticipated award date of the proposed A/E contract for design is on or before June 30, 2016. Anticipated period of performance and Estimated Design Completion Time - 146 calendar days after Notice to Proceed. The future bid build (Construction) project's projected NAICS code will be 236220 and the future project's construction estimated magnitude is between $1,000,000 and $2,000,000. The anticipated award date of the construction phase of the project is unknown and projected for September 2016. An Architect & Engineer (A&E) contract will be negotiated for the development of complete construction documents i.e., working drawings, specifications, reports, and construction period services. The A&E will be given written information; participate in project planning meetings, pre-bid meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. The selected A/E firm will be responsible for being responsive to the VA Medical Center and provide Basic A/E services during the Construction Period Services Phase of this project and shall service the government in an advisory and consultant capacity. PROJECT OVERVIEW: The following overview highlights the key aspects of the project at the Veterans Affairs, North Florida/ South Georgia Veterans Health System, Malcom Randall VA Medical Center for design project entitled "Install Parking Garage Fall Protection". An Architectural Engineering (A/E) contract for the development of a complete set of construction documents to bid and construct the installation of fall protection on all parking garage phases, 1, 2 and 3 at the Malcom Randall VA Medical Center, Gainesville, Florida 1.1.1The design will install steel mesh to cover structure openings on the multilevel parking garage. The steel mesh will cover approximately 4500 linear feet which equates to approximately 18000 square feet of area. Screen, framing material and fabrication will be of similar design used on the Bed Tower, 5th floor, open air patio areas and require the same anti-breaching capability. Steel mesh will be covered with black anodized. Fall protection will not be required at ground level 1.1.2Enclose all stairwells with mesh and framing of approximately 101 vertical feet, total, by continuing existing mesh and framing to overhead. The new mesh and framing will match existing in structure and appearance. Fall protection will be required at ground level. 1.1.3Fasteners will be stainless steel. 1.1.4Provide construction design, schedule and cost estimates based on doing each garage separately or as one total project. 1.1.5The firm must have previous experience in the design of exterior fall protection. 1.1.6The Construction Drawings will address necessary disciplines including but not limited to; Site, Landscaping, Structural, Civil, Architectural, Mechanical, Plumbing, Life Safety, Signage, Electrical, Communication, Security, and Demolition. 1.1.7A phasing plan is required if the design requires shutdown of sections of garage during construction. Downtime shall be kept to a minimum. 1.1.8A/E shall take into account design requirements to reduce operations and maintenance costs. 1.1.9A/E will investigate and utilize best practices in fall protection. However, this design shall be governed by the applicable VA and national codes and standards. This includes but not limited to VA Structural Design Manuals 1.1.10A/E will be permitted to research the existing VA drawing files, but shall field verify all information gathered from the existing drawings. In addition, A/E will perform adequate utility verification to determine the horizontal and vertical location of existing utilities within the construction area. 1.1.11A/E shall provide an Independent Third Party Structural Peer Review and Report with the 100% Design submittal package. 1.1.12A/E shall provide an Independent Certified Third Party (ICTP) Safety Professional or Professional Credentialed to provide the necessary design reviews for compliance with national and local codes, standards, and federal and state regulations; including Life Safety issues. 1.1.13All garages where built after 2010, therefore no asbestos or lead paint abatement will be required. 1.1.14The design will provide documents, including IGE and schedule, the ability to bid out each parking garage separately, as one project or any combination of the three. 1.1.15Additionally the A/E must provide a minimum of 20% of the Project design as deductive bid alternates and should be including in specs section 010000. NOTE: These deductive bid alternates cannot affect the intended functionality of the project. 1.1.16Submissions shall be in accordance with the A/E Submission Instructions for Project No. 573-16-603. 1.2Construction Period Services: 1.2.1Review of Submittals: A/E shall review all material submittals, shop drawings and test reports that are required, etc. A/E shall maintain submittals utilizing an electronic submittal service similar to "Submittal Exchange" or "Procore". Reviews shall be completed and submittals returned to Engineering Service within 5 working days. The A/E shall maintain a submittal register as work progresses; design omissions are subject to a 72 hour turnaround from omission notification. 1.2.2Review Analysis of Change Orders and Costs: A/E shall provide prompt response when contacted by the Contracting Officers Representative (COR) to review and provide detailed analysis of Change Orders and Costs. Written response will be received by the VA within 5 working days of the request. Analysis will include as a minimum a determination if Change Order is legitimate and necessary, if any additional costs should be borne by the government and independent estimate of the costs. 1.2.3Site Visits: A/E shall provide site visits including the pre-bid conference, preconstruction conference, and final inspection when requested by Engineering Service. Include price for additional site visits during site investigation process by discipline limited to a maximum of 10 including all disciplines. The A/E will also provide conference minutes and make written inspection report within two (2) workdays after each meeting and/or site inspection including the final inspection punch list. 1.2.4Construction Administration: A/E shall provide 100 hours of onsite construction administration services which include but not limited to performing surveillance & inspection of assigned construction projects; reviewing plans & specifications, shop drawings & requests for changes to determine site compatibility, applicability of terrain, soils, feasibility of structure to anticipate problems; performing inspections of construction, deviations from schedules, substitution of materials and resolution of disputes; monitors contractor's quality control measure and safety practices. 1.2.5The AE firm shall review and update the construction IGE if the IGE will be older than one year at the time of bid submittal. 1.2.6Record Drawing Requirements: A/E shall provide three (3) complete finished set of AS-BUILT drawing reflecting all changes incorporated during the actual construction. These AS-Built are to be drawn on a REVIT and CAD system, with all changes highlighted. The complete set will all be dated the same with "RECORD AS-BUILT DRAWINGS" on each page's title block. The A/E shall include a requirement note for the contractor to provide marked up prints directed to the A/E showing actual construction and any changes, which occurred during construction; these shall be verified by the A/E. A/E shall also provide a complete updated set of record as-built drawing files as produced on (CAD) system compatible with REVIT and AutoCAD 2012 on CD-ROM. A/E shall update drawings such that they shall meet the complete approval of the Engineering Service. 1.3Certified Independent Third- Party Design Reviews (CITP) 1.3.1The design Architect/ Engineering (A/E) will hire a Certified Independent Third-Party (CITP) Safety Professional or Professional Credential to provide the necessary design reviews for compliance with national and local codes, standards, and federal and state regulations included but not limited to: ?OSHA Standards ?JCAHO Standards ?Handicap Accessibility Standards ?NFPA Codes ?National and Local Building Codes ?EPA Regulations ?Emergency Preparedness infrastructure vulnerabilities ?Security infrastructure vulnerabilities ?Others as applicable Requirement for acquiring and incorporating a Certified Independent Third-Party (CITP) Safety Professional or Professional Credential review of design documents. 1.3.2VA must comply with national and local codes, standards and regulatory requirements in order to comply with Public Law 100-678, Public Buildings Amendment Act of 1988 and Public Law 102-522, Federal Fire Safety Act of 1992. Like other federal agencies with real property and construction authority, VA acts as its own building and code enforcing official or as the "Authority Having Jurisdiction" (AHJ) for meeting code requirements. As such, the VA has overall responsibility of ensuring compliance with codes. 1.3.3The design A/E will hire a CITP consultant(s) as necessary for the review of design documents for compliance with applicable national and local codes, standards, federal and state regulations. The Design A/E will take into consideration and incorporate all third-party consultant comments/recommendations into the design documents prior to advertising for a construction contract award. 1.3.4Certified Independent Third-Party Professional or Professional Credential Review and Approval. 1.3.5Project plans must have a signature block or a letter on third-party Company's letterhead, a third party certified safety professional or professional credentials as applicable to the nature of review certifying and verifying the plans and specifications have been reviewed for compliance with applicable codes, standards and regulatory requirements. At the time of review, the CITP should identify all corrections necessary for the A/E to bring the design into compliance. The A/E is required to incorporate and make necessary corrections to the design to bring the design into compliance prior to the final design documents being issued for a construction contract award. All designs shall incorporate all architectural and engineering disciplines necessary to provide a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the A&E; however, their accuracy shall be field verified by the A&E and all consulting firms as part of investigative services. The A&E will be required to perform all necessary site survey work such as verifying record drawings. A/E FIRM SELECTION: Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of submitted SF330s, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be selected for discussions/interview/negotiation. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the following selection criteria. Failure to address all selection criteria will result in a decreased rating. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1. Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s). (The firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in the State of Florida under Florida State law requirements. Provide Professional License numbers on SF 330 and proof of Licensure.) 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience on similar projects) 3. Capacity to accomplish work in the required time. (Provide firms experience with similar size projects and available capacity of key disciplines). 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Government Past Performance Information Systems may be accessed) 5. Location in general geographical area of the project and knowledge of the locality of the project; (It is expected that your SF 330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person with 24 hours if awarded the contract.) The area of consideration for offers is a 500 mile driving radius between principal offeror business location and the VA Medical Center, Gainesville, FL. Offers outside the 500 mile radius will not be considered. (Determination of mileage eligibility will be based on www.mapquest.com). 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations) 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: 1.SF 330's THREE (3) HARDCOPIES AND ONE (1) ELECTRONIC COPY SF 330, including Parts I and II, and attachments (if any) send electronically to Tami.Drake@va.gov Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as "1 of n". MAIL THREE (3) HARDCOPIES SF 330, including Parts I and II, and all attachments to: Department of Veterans Affairs VA Medical Center ATTN: TAMI DRAKE 90C 619 S. Marion Avenue Lake City, FL 32025 DUE DATE FOR SUBMISSION: Received no later than 4:00 PM, Eastern on April 4, 2016. Submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF330 submission package All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms VetBiz Registry 6) SF 330 MUST INDICATE THE PERCENTAGE of the cost of personnel for contract performance that will be spent for the prime firm's employees and the percentage that will be spent for employees of other eligible service-disabled veteran-owned small business concerns that are subcontracted (if any). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB,VOSB, 8(a), large, etc). This is in order to assure compliance with FAR Clause 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside and VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Failure to provide this information will deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. 7. Copy of Florida Licensure and applicable Registrations The firm and or AE on staff representing the project must be licensed to practice in the State of Florida under State law and must meet all Licensing requirements to sign and seal drawings in accordance with the laws of the State of Florida. Examples of information resources are: Florida Architectural License: http://www.myfloridalicense.com/dbpr/pro/division/servicesthatrequirealicense_architect.html Florida Professional Engineering Certificate of Authorization: http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca Florida Professional Engineering Endorsement Process: http://www.fbpe.org/licensure/application-process/endorsement-comity-reciprocity NCARB rules for all States and PR/VI on architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z REQUESTS FOR INFORMATON ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to Tami.Drake@va.gov. RFI's regarding the follow on construction solicitation will not be addressed at this time. By responding to this Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74. SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, personal knowledge and experience working with the firm and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System For Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be Verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed firm for award. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Each respondent must be able to demonstrate the ability to comply with 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. All SF330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project title (abbreviated or shortened is okay). Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as "1 of n". It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of SF330s.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24816R0636/listing.html)
- Document(s)
- Attachment
- File Name: VA248-16-R-0636 VA248-16-R-0636.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2596493&FileName=VA248-16-R-0636-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2596493&FileName=VA248-16-R-0636-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-16-R-0636 VA248-16-R-0636.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2596493&FileName=VA248-16-R-0636-000.docx)
- Place of Performance
- Address: Malcom Randall VA Medical Center;1601 SW Archer Road;Gainesville, FL 32608
- Zip Code: 32608-1197
- Zip Code: 32608-1197
- Record
- SN04040216-W 20160306/160304234817-b52b563207908eae4a2ca4a21b8a1951 (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 |