Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
DOCUMENT

C -- 526-17-1-350-0001 | Modernize ER PROJECT #526-15-112 - Attachment

Notice Date
11/8/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2 (9B-67);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0041
 
Response Due
12/8/2016
 
Archive Date
3/8/2017
 
Point of Contact
Aaron Felman
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 526-15-112 Modernize Emergency Room. This Project will modernize the Emergency Room Department at the James J. Peters VA Medical Center, 130 W. Kingsbridge Rd. Bronx, NY 10468. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $1,000,000.00 and $5,000,000.00. This is a 100% Service Disabled, Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before December 30th, 2016. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled, Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-10(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns. In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). LOCATION Project 526-15-112 Modernize Emergency Room. This Project will renovate the Emergency Room Department at the James J. Peters VA Medical Center, 130 W. Kingsbridge Rd. Bronx, NY 10468 SCOPE OF SERVICE REQUIRED A/E services will include but are not limited to Architectural, Environmental, Abatement, HVAC, Plumbing, Mechanical, Electrical, Sprinkler and Communication (telephone and data), as well as other design considerations, to renovate the Emergency Department in Building 100 of the James J Peters VA Medical Center. Provide a new layout to improve efficiency, address egress compliance issues, create exam rooms, negative pressure rooms, infection control suite, nurse/ work area, create triage, waiting area, offices, mental health area, women s health area, bathrooms, staff lockers, support for modernized equipment, etc. Incorporate the Planetree philosophy into the design. X. LOCATION The A/E must have an existing active design production office within a 200-mile radius of the James J. Peters VA Medical Center in Bronx, NY. XI. CONTRACT SECURITY This contract involves VA sensitive information. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. COST RANGE Estimated Construction Cost Range: Between $1,000,000 and $5,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from (NTP) TBD Deliver concept/preliminaries Review material to Contracting Officer 20 days after NTP. Review concept/preliminaries with Contracting Officer 25 days after NTP. Deliver 35% Schematic Review material to Contracting Officer 50 days after NTP. Review 35% Schematic Material with Contracting Officer 60 days after NTP. Deliver 65% Design Review material to Contracting Officer 90 days after NTP. Review 65% Design Material with Contracting Officer 110 days after NTP. Deliver 95% Design Review material to Contracting Officer 140 days after NTP. Review 95% Design Material with Contracting Officer 160 days after NTP. Deliver 100% Final Review material to Contracting Officer 190 days after NTP. Review 100% Final Material with Contracting Officer 210 days after NTP. Deliver Final Bid Documents 295 days from NTP The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its Required Selection Criteria Weighting X Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 10% X Examples of specialized experience and technical competence in various disciplines required for specific project. 15% X Capacity to Accomplish the work in the required time 10 % X Past experience and performance on government contracts. 10% X Proximity of firm or working office providing professional services to the facility. 5% X Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. 5% X Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 5% X Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. 10% X Volume of VA work within the past 12 months based on fees received. 5% X Qualifications and performance of sub-consultants proposed for the project. 10% X Cost control capabilities and level of estimating effectiveness including specific examples. 10% X Detail of firm s management philosophy and organization. 5% Total 100.0% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Furthermore, the firm must provide current projects being performed for government agencies, health care facilities (including psychiatric), and private industry. CAPACITY This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Aaron Felman Attn: Aaron Felman, via email at aaron.felman@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document LOCATION The A/E Firm proximity to the James J. Peters VA Medical Center, Bronx, NY 10468 is an evaluation criteria. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. LIMITATIONS VA NOTICE OF TOTAL SERVICE DISABLED, VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service Disabled, Veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-Disabled Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from service-disabled, veteran-owned small business concerns. Offers received from concerns that are not service-disabled, veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled, veteran-owned small business concern. (c) Agreement. A service-disabled, veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled, veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled, veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled, veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled, veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled, veteran-owned small business concern if: (1) At least one member of the joint venture is a service-disabled, veteran-owned small business concern, and makes the following representations: That it is a service-disabled, veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled, veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS Qualified Service Disabled, Veteran Owned Small Business firms are required to submit two (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than December 8th, 2016 by 12:00PM EST including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of Aaron Felman. The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification as a Service-Disabled, Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Christina Katz telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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/BroVANAP/VAMD/VA24217N0041/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0041 VA242-17-N-0041.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3098845&FileName=VA242-17-N-0041-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3098845&FileName=VA242-17-N-0041-000.docx

 
File Name: VA242-17-N-0041 Attachment 1 -AE Performance Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3098846&FileName=VA242-17-N-0041-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3098846&FileName=VA242-17-N-0041-001.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: James J. Peters VA Medical Center;Emergency Room;130 W. Kingsbridge Rd.;Bronx, NY 10468
Zip Code: 10468
 
Record
SN04323100-W 20161110/161108234540-8c23343f671dd2cb268495065177f32b (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.