Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
DOCUMENT

C -- VA247-16-AP-4950 - Construct Perimeter Fence - Attachment

Notice Date
6/6/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24716B0663
 
Response Due
7/15/2016
 
Archive Date
10/22/2016
 
Point of Contact
Robert "Chuck" Holbrook
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: The WBJ Dorn VA Medical Center, Columbia, SC is seeking qualified A/E Firms to furnish professional design services for project 544-16-113, Construct Perimeter Fence. Responses should be submitted on a Standard Form 330. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP type in SF330 in the "Find a Form" block and click on search. Construct Perimeter Fence The purpose of this minor construction project is to design and ultimately construct a perimeter fence at the William Jennings Bryan Dorn VA Medical Center located in Columbia, SC. The fence will be designed in accordance with section 3.2 (Perimeter Fences) of the VA Physical Security Design Manual (PSDM) for VA Mission Critical Facilities [January 2015] and all other applicable requirements. The design will also provide a comprehensive solution for compliance with section 3.3 of the PSDM (Vehicle and Pedestrian Screening). A/E shall provide full and complete design and specifications as stated within the Supplement B document. Value engineering is encouraged and shall be noted at each design review. Design and construction shall adhere to all applicable VA standards and specifications. Construction shall be planned and phased to minimize disruptions to the operations of the Medical Center. The C&A requirements do not apply and a Security Accreditation Package is not required. The estimated construction cost range for this project is approximately $2,000,000 to $5,000,000. All offerors are advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed six (6) percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-2 (c) - Design Within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The awarded A/E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. Submitted SF330s will include the following elements: 1.Standard Form 330 (Rev. 3/2013) - Architect-Engineer Qualifications 2.SF330, Section H: Additional Information a.Management Plan i.Management Process ii.QA/QC iii.Cost Control iv.Schedule Control b.Proposed Design Approach Follow SF330 instructions when developing responses and also include additional information in Section H listed above. Interested firms shall submit five (5) printed and bound copies and two (2) electronic copies on compact disk of their SF 330 with appropriate documentation. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. Firms submitted SF330s will be evaluated by an A/E evaluation board, scored and ranked according to score. The following evaluation criteria will be used to evaluate SF 330 technical proposals: a.Professional qualifications necessary for satisfactory performance of required services; b.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. c.Capacity to accomplish the work in the required time. d.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. e.Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. f.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. g.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. h.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. i.Acceptability under other appropriate evaluation criteria; i.e. SF330, Section H: THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. This project is 100% set aside for service-disabled veteran-owned small business (SDVOSB) concerns and the award of a firm fixed price for this project is anticipated. The NAICS code for these projects is 541310 and the applicable small business size standard is not more than $4.5 million in annual gross revenues averaged over the past three years. Interested parties shall ensure current state licensing, shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov, verified as a SDVOSB in VetBiz information pages (VIP) at hrrp://vip.vetbiz.gov and reporting to VETS 100 program at https://vets100.dol.gov.vets100login.htm. SDVOSB verification is mandatory to be considered for award. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR). This project includes a requirement for site visits and coordination on design reviews, A/E firms will be required to attend meetings in person on site at the WBJ Dorn VA Medical Center in Columbia, SC. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within the local geographic region of the WBJ Dorn VAMC, Columbia, SC. The local geographic location of consideration for this project is: AE firm must be located within a 200 mile radius of the Dorn VA Medical Center 6439 Garners Ferry Road, Columbia, SC 29209 The local geographic location area of consideration for an Offeror is: AE firm must be located within a 200 mile distance between the principal business address listed in VETBIZ and the William Jennings Bryan Dorn VA Medical Center located in Columbia, SC 29209. Determination of mileage eligibility will be based on a driving mileage calculation between the principle business address associated with the SDVOSB vendor's address as listed in VETBIZ and the place of performance. Offerors opting to mail proposals shall submit proposal packages to the Department of Veterans Affairs. By Mail Delivery: William Jennings Bryan Dorn VA Medical Center Attn: Robert Holbrook, Contract Specialist Bldg 22 Room 3B108 6439 Garners Ferry Road Columbia, South Carolina 29209 Offerors opting to hand deliver proposals shall submit proposal packages to the Department of Veterans Affairs. By Hand Delivery: William Jennings Bryan Dorn VA Medical Center Attn: Robert Holbrook, Contract Specialist Bldg 22 Room 3B108 6439 Garners Ferry Road Columbia, South Carolina 29209 Firms shall submit proposals not later than 11:30 AM EST Wednesday, July 13, 2016. All questions regarding this announcement must be e-mailed to the contracting office at robert.holbrook3@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24716B0663/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-B-0663 VA247-16-B-0663.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2781032&FileName=VA247-16-B-0663-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2781032&FileName=VA247-16-B-0663-000.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: WBJ Dorn VA Medical Center;6439 Garners Ferry Road;Columbia, SC
Zip Code: 29209
 
Record
SN04139215-W 20160608/160606234244-eeb76cb1cf9b3634b20425c5b166bcf5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.