Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2016 FBO #5445
DOCUMENT

C -- Upgrade Elevators Buildings 1 & 22 AE Project 655-16-110 - Attachment

Notice Date
10/18/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Battle Creek VA Medical Center;Network Contracting Office 10 West;5500 Armstrong Rd.;Building 9;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA25017R0024
 
Response Due
11/18/2016
 
Archive Date
2/25/2017
 
Point of Contact
Craig Jenkins
 
E-Mail Address
jenkins@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms located within a 350 mile radius of the Aleda E. Lutz VA Medical Center, 1500 Weiss Street, Saginaw, MI 48602. The mileage restriction is in compliance with VAAR 805.207(b0. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. Description of work to be performed includes: Architect-Engineering services are required for Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project #655-16-110, Upgrade Existing Elevators Buildings 1 &22. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: I.STATEMENT OF AE TASKS A. The Architect/Engineer shall provide 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 as outlined in the "AE Instructions for project 655-16-110 Upgrade Existing Elevators 1 & 22 at the Aleda E. Lutz VA Medical Center in Saginaw, Michigan. 1)This design project will modernize five (5) existing elevators within buildings 1 (Traction Two (2) passenger & one (1) freight) & building 22 (Hydraulic, two (2)Passenger), the design shall include; a)The current elevators have outlived their useful lives and prone to breakdowns. The existing shafts shall be used but cabs, rails, and structural components shall be replaced. b)Investigate existing shafts for structural integrity and applicable code compliance. c)Evaluate existing shaft ventilation for code compliance and upgrade or replace equipment as necessary. d)Provide design for sump pit for each elevator. 2)The architect engineer shall assess the condition of ALL components of the elevators being modernized and make recommendations to condition and replacement. (hoisting machines, including motor assemblies, brakes, rope tension assemblies, speed governors, car platforms, cables, counterweights, guide rails, guide shoes, and buffers) 3)Elevators Shall Fit in existing shafts 4)The AE will be required to attend in person (or Senior Delegate of AE) to pre-bid meetings, a pre-construction meeting, project construction meetings and a final inspection meeting. There will also be various construction site meetings that will require a representative of the AE. 5)AE will provide meeting notes / minutes for meetings and conference calls. 6)The A-E shall provide competent design and construction period services utilizing individuals who are adequately knowledgeable of the various design disciplines including but not limited to architectural and engineering of structural, mechanical, electrical, and special systems as required by the project. Changes in personnel from those who are proposed in negotiations, interviews, kick-off meeting, and/or A-E submission forms must be approved in writing. The registered individuals who will stamp the completed documents shall accomplish engineering design work. B.The AE shall provide cost estimation, project scheduling & phasing, bid period and construction period services as further described in the contract. Estimates shall have a full itemized line item breakout commensurate with the degree of design accomplished. At the Schematic Design phase, square foot estimates would be adequate. As the design progresses in detail, so the estimate would progress in detail. C.The AE shall provide bid documents in both hard paper copies and electronic format. Electronic format shall include both AutoCAD and Microsoft Word/Excel as well as PDF format for all. Final PDF of the construction drawings shall include the professional stamp. D.AE shall design construction to phase and coordinate work to minimize disruptions to medical center operations. Outages shall be minimized and temporary conditions planned to maintain critical utility systems. Suitable space/access for mechanical room equipment maintenance must be maintained throughout construction. To keep the number of outages to a minimum, group common work. Phasing of interruptions shall be clearly indicated on the construction documents. Emergency power equipment shall be provided as required by the NFPA and VA standards. E.A-E shall design within funding limitations. AE shall coordinate cost control measures with COR to design within funding limits. Cost control alternatives shall be explored in Design Development (DD's). The AE is required by national VA directive to include a 20% bid deduction. F.Review AE Quality Alerts from the TIL. Design completion timeframe of 242calendar days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $1,000,000 and $5,000,000. Qualifications (SF330) submitted by each firm for Project #655-16-110 Upgrade Elevators Buildings 1 & 22 will be reviewed and evaluated based on the following criteria: Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. 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 3 years will receive a lesser score than those references for projects accomplished within the past 3 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. Scoring will be based off of the proposed location of the prime contractor firm for this category and scoring shall be as follows: within 75 miles - Excellent (Blue); 76 - 150 miles - Very Good (Green); 151 - 225 miles - Acceptable (Yellow); 226 - 300 miles - Marginal (Orange); 301 -350 miles - Poor (Red) (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 EIGHT 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 Architectural Services and small business size standard of $7.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 242 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS IN COMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (HTTP://WWW.VETBIZ.GOV) SHALL BE CONSIDERED. 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. Completed SF330s can be delivered to Battle Creek VA Medical Center, Attn: Craig Jenkins, Contract Specialist, NCO 10 West Contracting Office (90VC), 5500 Armstrong Rd, Building 9, Battle Creek, MI 49037, no later than 3:00 p.m. EDT November 18, 2016. Outermost envelope or packaging shall clearly identify Solicitation number and project. Information shall be submitted via commercial express service. No hand carried deliveries. Telegraphic, email, and facsimile forms are prohibited. All submissions must be bound in some manner (spiral, wire, binder, etc). Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (craig.jenkins@va.gov), telephone inquiries will not be honored. After the evaluation of SF330 submissions in accordance with the evaluation criteria, 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 number one firm for negotiations. The contract is anticipated to be awarded in December/January 2016/2017. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/VA25017R0024/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-R-0024 VA250-17-R-0024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3061788&FileName=VA250-17-R-0024-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3061788&FileName=VA250-17-R-0024-000.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: Aleda E. Lutz VA Medical Center;1500 Weiss Street;Saginaw, MI
Zip Code: 48602
 
Record
SN04306585-W 20161020/161018234011-6ce33e46f9aa4d31b0eb842a57f58ac4 (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.