DOCUMENT
C -- 512-16-3-150-0174 Convert 6A Semi-Private Mental Health Beds to Private - Attachment
- Notice Date
- 6/24/2016
- Notice Type
- Attachment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101B, Room 10;Perry Point MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA24516R0092
- Response Due
- 7/25/2016
- Archive Date
- 10/23/2016
- Point of Contact
- Marvin A. Nunez
- E-Mail Address
-
Marvin.Nunez@va.gov
(Marvin.Nunez@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: This A/E Services contract is being 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. VA Maryland Healthcare System is seeking qualified A/E firms for professional services necessary to develop complete drawings, specifications, cost estimates, project phasing site visits and construction period administration associated with the converting 6A Semi-private Mental Health beds to private. The design team shall thoroughly survey the affected area to determine existing conditions and verify drawings. It is the Architect/Engineer's responsibility to collect and verify documents provided by the VA. The design team shall meet regularly with appropriate staff to gain an understanding of the functional, spatial, and security requirements of the Mental Health Unit. This project will engage an architectural/engineering firm (A/E) to provide Schematic Design, Design Development, Contract Drawings, Specifications, Construction Cost Estimate, and Construction period services. The A/E will develop a design to complete the following but not limited to: "Conversion of existing inpatient rooms to maximize the number of private, single bed rooms. "Appropriate finishes and fixtures for a mental health environment, while also providing the ability for complex treatments as needed. "Physical Access improvements for safety "Development of a Phasing Plan, necessary to complete the project in an efficient but safe manner using available resources. "Project activation requirements with respect to furniture, low voltage cabling, equipment, etc. "Improvement of Work Flow, Efficiency, and Staff Safety during and after construction. "Functional and Spatial requirements specific to the needs of the Medical Center, along with national guidelines and recommendations. "Provision of required spaces not currently available, including but not limited to: area for taking patient fluids, area for complex treatment on a 1:1 patient-to-care provider basis, a recovery area, and a break room for staff. "Inclusion of Infection Control Procedures and Interim Life Safety Measures as part of construction documents. The intent of this design is to provide construction documents for the renovation of the 6A Mental Health Unit in an effort to: convert semi-private rooms to single-bed, address safety deficiencies to meet current guidelines and improve the environment of care, and provide rooms for complex treatment within the mental health unit. The drawings shall meet all applicable federal, state, and local governing codes. Drawing shall be stamped by registered architects and engineers of the prime SDVOSB Firm. THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE DISABLED VETERANS OWNED SMALL BUSINESS FIRMS. All interested parties MUST be registered "ACTIVE" in the System for Award Management (SAM) Database (www.SAM.gov) and Vendor Information Pages (VIP) at: www.vetbiz.gov database as a "Verified" SDVOSB firm if contractor is a SDVOSB, and must have current record in the Online Representations and Certifications Application (ORCA) prior to the response date of the solicitation. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. The NAICS Code for this acquisition is 238990 and the applicable Small Business Size Standard is not more than $15.0M average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $5,000,000 and $10,000,000. The following evaluation criteria in accordance with FAR 36.6 will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (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; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 120 miles radius of the VA Medical Center, Baltimore, Maryland 21201. This distance is determined according to www.randmcally.com.\ Interested firms that meet the requirements listed in this announcement are invited to submit one (1) copy and one CD-ROM of SF 330 Part I and Part II to the Contracting Officer, Attn: Marvin Nunez, VA Medical Center, Building 101B, Room 9, Laundry Drive, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:30 PM (EDT), July 25, 2016. SF 330 Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions will not be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the System for Award Management (SAM) Database (www.SAM.gov) at the time of submission of SF 330 Forms. In addition to current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. A solicitation will only be issued to the top ranked qualified SDVOSB A/E firm. Point of Contact is Marvin Nunez, 410-642-2411 x5671, or marvin.nunez@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24516R0092/listing.html)
- Document(s)
- Attachment
- File Name: VA245-16-R-0092 VA245-16-R-0092.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2828404&FileName=VA245-16-R-0092-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2828404&FileName=VA245-16-R-0092-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA245-16-R-0092 VA245-16-R-0092.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2828404&FileName=VA245-16-R-0092-000.docx)
- Place of Performance
- Address: VA Maryland Health Care System;10 North Greene Street;Baltimore, MD
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN04161412-W 20160626/160624234438-89f1cc1a16b065d585e792077cc367f6 (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 |