Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2016 FBO #5322
DOCUMENT

C -- RENOVATE BUILDING 1, GROUND FLOOR & 3RD FLOOR Project # 542-15-204 - Attachment

Notice Date
6/17/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24416R0722
 
Response Due
7/29/2016
 
Archive Date
10/27/2016
 
Point of Contact
Jeffrey Zbezinski
 
E-Mail Address
Jeffrey.Zbezinski@va.gov
(Jeffrey.Zbezinski@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ACQUISITION INFORMATION: This A/E Services contract will be procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541310, Architectural / Engineering services. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. Contract Award Procedure: Before a small business is proposed as a potential contractor, they shall be certified by VETbiz and registered in the System for Award Management (SAM) via internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination from further consideration for award. The government will evaluate the SF330s received and the three most highly qualified firms shall be called back for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal addressing capabilities that are summarized in 1) through 7). The proposed services will be obtained by a negotiated Firm-Fixed Price Contract. 1)GENERAL SCOPE OF WORK: The Architect / Engineer (A/E) firm shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work. a)Existing Building Overview: Building 1 is a 4-floor, Basement, Ground Floor, First, Second, Third Floors with Attic. 77,350 gross square foot brick building, built in 1930. It is currently used for In-patient, NHCU, Admin, Clinical, Out-patient Services. The building is ventilated by three (3) air handling units in the attic - one for the west half of the building, one for the central core and one for the east half. There are three (3) ductless minis-splits providing supplemental cooling to laboratory space. In addition, there is a dedicated air handling unit for AMC unit and the Dental Suite. Fan coil units condition the rooms. Steam-to-hot water heat exchangers in the basement provide heating and domestic water to the building. b)Scope of Work: This project will renovate the east half of Building 1, Ground Floor for the relocation of the dental suite (Prior use space was Laboratory and Radiology) this renovation shall include all total demolition and rebuild of all mechanical / plumbing, fire protection and electrical, data / voice systems serving this portion of the building. The project shall also include total renovation to the Third Floor of building 1, for use by Administrative and Clinical space. The A/E must work with VA staff to determine the extent of renovation and rebuild for each area to meet minimum program criteria requirements and stay within budget. The project shall include all necessary work to design and construct complete and functional systems in accordance with the Department of Veterans Affairs (VA) requirements, industry standards and all applicable code requirements. The systems and equipment must maximize energy efficiency to the extent practical. The scope of work includes but is not limited to the following: "Evaluation of existing conditions, "Architectural programming and design charrettes as required, "Sizing calculations, "Providing recommendations and cost estimates, "Implementing value-engineering decisions to meet required construction budget, "Involvement of a certified industrial hygienist (CIH) to incorporate the necessary guidance in the construction documents as applicable, "Providing submittals and final documents as indicated below. c)The Following Investigative Work shall also be included Within the Scope of this Project: 1.Perform a Code analysis to insure that the applicable Codes are being applied. 2.Provide any civil, structural, architectural, electrical and mechanical investigative work necessary for properly designed and coordinated systems and elements. 3.Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design. 4.Take digital photos of site major features and connection points. Digital format must be compatible with VA software. 5.VAMC Coatesville photo ID badges are required to be worn by all A/E personnel during all project site visits. d)Other 1.Complete review and analysis of contractor's project cost proposals. 2.The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor-atory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. He shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E shall, through the Contracting Officer's Representative (COR), request the Contractor to submit related components of a system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals. The A/E shall notify the COR in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. Such responsibility shall be carried out with reasonable promptness as to cause no delay. 3.Construction period site visits as required. If asked for proposal, the A/E will need to include twenty-six (26) site visits eight (8) hours each, A/E. (Please include the price for additional site visits should they be desired.) 4.Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and delivery to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover. 5.Infection Control: The "Pre-Construction Risk Assessment (PCRA)", would be included with proposal and requirement that the A/E firm chosen will be required to complete and incorporate into the final construction documents. 6.The A/E shall be required to update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide to the COR a complete set of Mylar as-built drawings and compact disks (DVD-R) of electronic contract documents as described in 3), CONSTRUCTION PERIOD SERVICE REQUIREMENTS, below. NOTE: PROJECT TARGET CONSTRUCTION COST $4,400,000. e)Drawing Requirements: Submitted drawings must be completed in accordance with VA Design and Construction Procedures. Media submission DVD-R compact disk requirements include: Drawings in AutoCAD 2014 format: font selection limited to "Bold.SHX" and "ROMANS.SHX", menu must be set to "ACAD.MNU" and drawing must be layered and named in accordance with approved VA layering guidelines. 2)TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS: This is a summary and specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review, and the due dates for each submission. Available reference materials pertinent to the design and submittal requirements are indicated in 4), AVAILABLE REFERENCE MATERIALS, below. Submissions must be complete in accordance with this attachment and all referenced materials. COR acceptance of each submission is required before proceeding to the next submission. The A/E shall complete the design within 215 days. Refer to the Contract clauses for application of delivery dates. Additional detailed information will be included for A/E firm chosen to submit a proposal. a)Conceptual Design The purpose of this phase is to provide successful architectural programming for the renovation area, to determine a clear plan and direction for further development. Coordinate interviews and meetings with affected user groups and engineering staff as required for successful programming. Conceptual design options must be provided to the VA, taking into account user requirements and available building and site conditions and infrastructure, and the construction budget. Provide documentation to the CO/COR as required to fully communicate the design options. Aspects which must be addressed include, but are not limited to: "Site "Architectural "Cost Estimating "Schedule and phasing "Sustainability "Utilities and building services "Physical security b)Schematic Documents Review The objective of this submission is to provide the VA with an overview of the A/E design approach, to present any fundamental design options for consideration and selection by the VA, and to insure that the design development of the project is properly focused, aligned with VA requirements and within the scope of the Contract. c)50% Construction Documents Review The objective of this submission is to provide the VA with project documents in sufficient detail to evaluate the design, its adherence to the project scope and the A/E's ability to interpret the design criteria and prepare biddable documents. d)95% Construction Documents Review The objective of this submission is to provide the VA with construction documents which are substantially and technically complete, in the proper format, biddable, constructible, coordinated between all disciplines and adhering to the project scope for final review by the VA. e)100% Construction Documents Review The objective of this submission is to for the VA to verify that all previous comments have been properly addressed prior to issuance of final bid documents. 3)CONSTRUCTION PERIOD SERVICE REQUIREMENTS: a)Review of Contractor's Cost Proposal: Review and evaluate cost proposals submitted by selected construction contractor(s) prior to contract award when requested by the Contracting Officer. The A/E shall provide written analysis of the cost proposal(s), specifically citing areas of excess cost (labor, materials, etc.) or omission(s) of key requirements of the contract. The A/E should reference and compare costs for items as listed in the A/E's final cost estimate. b)Review of Submittals: The A/E shall review all submittals (material submittals, shop drawings and test reports (if required), etc.) and return them to the Contracting Officer's Representative (COR) within 10 working days, or as otherwise required by the Contract. c)Review of Change Order Requests and Requests for Information (RFI): The A/E shall demonstrate ability and track record in responding promptly to all Change Order Requests and Requests for Information as required by the Contract. d)Site Visits: The A/E shall provide up to Include twenty-six (26) site visits; eight (8) hours each Construction Phase site visits including the final inspection when requested by the COR. (Please include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR. e)"As-Built" Document Requirements: 1.Drawings: The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide a complete set of Mylar as-built drawings and two compact disks (DVD-R) to the COR, each containing a complete set of as-built drawings in Adobe PDF format and a copy of all of the AutoCAD as-built files with "xrefs" bound and A/E title block information erased per A/E requirements. 2.Specifications: The A/E shall update the complete set of specifications to reflect all changes issued. The A/E shall provide two compact disks (DVD-R) to the COR, each containing this complete set of the final specifications in Adobe PDF format. 4)AVAILABLE REFERENCE MATERIALS: a)Prints of the station site, utility drawings and building floor plans may or may not be current and/or available. The accuracies of these drawings are not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E. b)A/E Submission Instructions for Minor and NRM Construction Program: Program Guide PG-18-15 Volume C, November 2008 available 5)SUBMITTAL REQUIREMENT: a)Who May Submit: This project is set aside for FAR 852.219-10, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). The NAICS for this project is 541310. b)Where to Submit: Interested firms shall submit one (1) hard copy of the SF330 and one (1) copy on DVD-R to: Butler VA Medical Center, 325 New Castle Road Butler, PA 16001 ATTN: Contracting (Jeffrey Zbezinski) Jeffrey.Zbezinski@va.gov c)Interested firms shall submit one (1) hard copy of the SF330 to: VAMC Coatesville 1400 Black Horse Hill Road Coatesville, PA 19320-2096 ATTN: Facilities Engineering Service (Thomas Stepsis) thomas.stepsis@va.gov d)All SF 330s shall be clearly marked with the subject line displaying the solicitation number. VA244-16-R-0722 | A&E: Renovate Bldg 1 Ground & 3rd Floors #542-15-204 e)All A/E firms interested in submitting an SF 330 must comply with the information listed below: (i) Interested firms having the capabilities to perform this work shall submit one (1) hard copy of SF 330 including Parts I and II as described herein and one (1) DVD-R- of the SF 330 submittal, to the above addresses not later than 2:00 p.m. (Eastern Daylight Time) on the response date above. (a) Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms shall submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and sub-contractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and sub-contractor offices proposed to perform the work. All Part IIs shall be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, Hub Zone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years shall not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It shall contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. (ii) The A-E shall not include company literature with the SF 330. (iii) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number shall be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (iv) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes shall be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (v) In Section F, a maximum of 5 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. (vi) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (vii) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (viii) In Section H, Part I, SF 330, firms shall show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (ix) In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP shall be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (x)Personal visits to discuss this announcement will not be allowed. 6)EVALUATION FACTORS: The factors evaluated are listed in order of importance with several factors equally weighted: i) Proposed Team i) Proposed Management Plan ii) Previous Experience of Proposed Team ii) Location and Response Time ii) Proposed Design Approach for this Project iii) Project Control iii) Estimating Effectiveness iii) Sustainable Design iii) Miscellaneous Experience & Capabilities (Interior Design, Value Engineering ¦_) iii) Awards iii) Insurance and Litigation 7)SOLICITATION: A solicitation will only be issued to the most highly qualified firm. The Point of Contact: Contracting - Jeffrey Zbezinski, 724-285-2534 E-mail any questions to Jeffrey. Zbezinski@VA.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24416R0722/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-16-R-0722 VA244-16-R-0722_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2810385&FileName=VA244-16-R-0722-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2810385&FileName=VA244-16-R-0722-000.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: Coatesville VAMC;1400 Blackhorse Hill Road;Coatesville, PA 19320
Zip Code: 19320
 
Record
SN04154356-W 20160619/160617234842-e46bf2f9f1aedfec65d50edecacf09cf (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.