Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2017 FBO #5556
DOCUMENT

C -- Renovate and Consolidate Clinical Programs on the Ground Floor - Attachment

Notice Date
2/6/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);San Francisco VA Medical Center;4150 Clement Street;San Francisco CA 94121-1545
 
ZIP Code
94121-1545
 
Solicitation Number
VA26117R0071
 
Response Due
3/8/2017
 
Archive Date
6/15/2017
 
Point of Contact
Karen Smith
 
E-Mail Address
0-2163<br
 
Small Business Set-Aside
N/A
 
Description
CALL FOR SF 330 s RENOVATE AND CONSOLIDATE CLINICAL PROGRAMS ON THE GROUND FLOOR OF THE MAIN HOSPITAL The Department of Veterans Affairs (VA) Network Contracting Office (NCO21) is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project No. 662-13-207, Project Title Renovate and Consolidate Clinical Programs on the Ground Floor of the Main Hospital to support San Francisco VA Health Care System, CA (SFVAHCS). The project will be located at the San Francisco Campus. The applicable North American Industry Classification System (NAICS) Code is 541310, Architectural Services, and the small business size standard is $7.5 million. This design effort includes, but is not limited to, providing Schematic Design (SDs), Design Development (DDs), Construction Documents (CDs), and Construction Period Services (CPS) necessary to Renovate and Consolidate Clinical Program on the Ground Floor of the Main Hospital. The architect and engineer shall prepare design development drawings, construction documents, specifications, and cost estimate services for all disciplines necessary to design approximately 15,000 square feet of existing space in building 203, ground floor, SFVAHCS. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Life Safety, Sustainability, Security, IT/Data, Construction, Cost Estimating, Hazardous Material, Mechanical, and Electrical. This procurement is a total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-disabled veteran-owned small business (SDVOSB) under the Veterans First Contracting program has the same meaning as service-disabled veteran-owned small business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under the Veterans First Contracting Program. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in Veterans Information Page (VIP) as a verified to be considered for this procurement. Offers from unverified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VIP at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. This notice serves as the Governments call for Standard Form (SF) 330s from interested SDVOSB Architectural/Engineering (A/E) Firms concerns. Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF-330 package via e-mail to Karen Smith at Karen.smith3@va.gov and one (1) to Karen Smith at 4150 Clement Street by 11:00 am PT March 8, 2017. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. The Government will evaluate SF-330 s received in response to this notice to identify at least (3) of the most highly qualified SDVOSB firms to perform the required services. The Government will then hold discussions/interviews with the most highly qualified SDVOSB firms based on the following evaluation factors. The following evaluation criteria, listed in descending factor order of importance and weight, will be used for both the SF330 evaluation and when conducting discussions/interviews. Sub-factors when combined represent the overall score for the factor. Factor 1: Professional Qualifications (35 pts) Subfactor 1A - Professional qualifications necessary for satisfactory performance of A/E services necessary to complete the type of work required (20 pts) Subfactor 1B Reputation and standing of the firm and its principals with respect to professional performance, general management, and cooperativeness (15 pts) Factor 2: Specialized Experience and Technical Competence (25 pts) Subfactor 2A - Specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, and LEED certification (15 pts) Subfactor 2B - Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team (10 pts) Factor 3: Capacity to accomplish the work in the required time (20 pts) Factor 4: Past Performance (15 pts) Subfactor 4A - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (10 pts) Subfactor 4B - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (5 pts) Factor 5: Location (5 pts) 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. The evaluation board will prepare a selection report recommending at least three firms, in order of preference based on the combined SF330 and discussion/interview score, that are considered to be the most highly qualified to perform the required services. The selection authority shall review the recommendations of the evaluation board and shall, with the advice of appropriate technical and staff representatives, make the final selection. This final selection shall be a listing, in order of preference, of the firms considered most highly qualified to perform the work. If the firm listed as the most preferred is not the firm recommended as the most highly qualified by the evaluation board, the selection authority shall provide for the contract file a written explanation of the reason for the preference. All firms on the final selection list are considered selected firms with which the contracting officer may negotiate in accordance with FAR 36.606, beginning with the most preferred firm in the final selection. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The Contracting Officer will then initiate negotiations with the next firm on the final selection list. Questions regarding this procurement should be directed, in writing, to the Contract Officer Karen Smith via E-mail at karen.smith3@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SanFVAMC/VAMCCO80220/VA26117R0071/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-R-0071 VA261-17-R-0071_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3257643&FileName=VA261-17-R-0071-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3257643&FileName=VA261-17-R-0071-007.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04391616-W 20170208/170206234501-9969f18ae947e20a834346407e2e94a6 (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.