Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
DOCUMENT

Z -- Physical Security Improvements and Analysis Project # 595-17-101 - Attachment

Notice Date
3/6/2017
 
Notice Type
Attachment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
VA24417R0319
 
Response Due
3/27/2017
 
Archive Date
6/25/2017
 
Point of Contact
Michael Shull
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 5 The following information has been amended; NAICS Code has been updated form 541310 Architectural Services to 541690 Other Scientific and Technical Consulting Services. In paragraph 2. Project Information- This project shall be broken out into two (2) parts; Part 1 shall consist of a full facility review as it pertains to the VA Physical Security Design Manuals (PSDMs). The VA Office of Facilities Management s (OCFM) recent issuance of the new Mission Critical and Life Safety Physical Security Design Manuals (PSDMs) for all VA facilities has served to remind us that we must continue to improve the safety of the VA facilities by incorporating these new security design guidelines for the Medical Center. Part 2 is design services to provide a full set of construction documents for a project that will correct items found to be PSDM deficiencies at the conclusion of Part 1. 2. In paragraph 4. Submittal Requirement: The due-deadline amended from is 3/27/17 by 3:00pm EST to 03/27/2017 by 1:00pm CONTRACT INFORMATION: General. This A-E Services contract is being procured in accordance with the Brooks Act (Public Law 92- 582) and implemented in Federal Acquisition Regulation (FAR) 36. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three (3) to five (5) firms deemed most highly rated after initial source selection will be chosen for interviews. The interviews will consist of approximately 90 minute sessions on the campus of the Lebanon VAMC where the offeror will have the opportunity to make a no more than 60 minute presentation introducing key staff (4.d), providing additional information on three of projects submitted (4.f) and explaining their design philosophy to satisfy the purpose of this contract (2). The remaining 30 minutes are reserved for Government questions of the interviewees. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The magnitude for construction (not design) of this project is between $2m and $5m Contract Award Procedure: Before a service disabled veteran owned small business (SDVOSB) is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at www.sam.gov Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: Provide Architectural / Engineering services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and A/E construction period services. This work will involve a full facility analysis according to the VA Physical Security Design Manual followed by a full set of construction documents to make the necessary facility modifications to correct the selected nonconformities. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. 2. PROJECT INFORMATION: This project shall be broken out into two (2) parts; Part 1 shall consist of a full facility review as it pertains to the VA Physical Security Design Manuals (PSDMs). The VA Office of Facilities Management s (OCFM) recent issuance of the new Mission Critical and Life Safety Physical Security Design Manuals (PSDMs) for all VA facilities has served to remind us that we must continue to improve the safety of the VA facilities by incorporating these new security design guidelines for the Medical Center. Part 2 is design services to provide a full set of construction documents for a project that will correct items found to be PSDM deficiencies at the conclusion of Part 1. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below. Each criteria is of approximately equal weight. Team proposed for this project Background of the personnel b. Experience as individuals and as a team c. Team Capability d. Team Design Philosophy Proposed Management Plan (design and construction phases) Response times to different inputs b. Schedule control c. Cost control d. Communications Methods Specialized Experience and Technical Competence Physical Security Design Efficiency (Energy, water, space, etc) Toxic Materials (asbestos, lead paint, etc) Renovations/older buildings VA Barrier Free Design Standard and Architectural Barriers Act Accessibility Standard for Federal Facilities 4. SUBMITTAL REQUIREMENT: This project is set aside under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009), and all original SF330 packages shall be submitted to: Lebanon VA Medical Center, no later than March 27, 2017, by 1:00pm EST. ATTN: Michael Shull Contracting Bldg. 19, RM110 1700 South Lincoln Ave Lebanon PA, 17042 All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number. Interested firms having the capabilities to perform this work must submit four hardcopies of SF 330 (8/2016 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address not later than 1:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding firms must 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 subcontractor 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 subcontractor 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, HubZone, Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, or Woman-Owned Small Business. 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 must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. In SF 330 Part II, block No. 4 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 must 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). In SF 330, Part I, Section C, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. In SF 330, Part I, Section D, include an organization chart indicating how each firm and each key individual on the proposed team (prime, applicable prime branch offices and each sub-contractor as identified in SF 330, Part I, Section C) integrates into the composite team. In SF 330, Part I, Section E, provide brief resumes of the on-staff or consultant employees anticipated to perform the work. Resumes shall not exceed one page. In SF 330, Part I, Section F, provide examples of relevant completed projects which demonstrate your team s qualifications for this contract and include any utilized consultants/sub-contractors. Provide a maximum of 10 projects, with no more than one project per page. In SF 330, Part I, Section G, block 26, in addition to the individual s name, include their associated firm and office location. The names of all individuals included in the resumes in Section E shall be listed in Block 26 along with their firm location and their roles even if example project experience in Block 28 is not applicable. In SF330, Part I, Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. Also, firms must show their last 12 months of Medical facility contract awards stated in dollars, provide an itemized summary of awards to include Agency Contract Number/Task Order No. Agency, 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. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed fifteen pages for Section H. Front and back side use of a single page will count as 2 pages, and use text no smaller than Times New Roman size 11. Pages in excess of the maximums will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed except when the evaluation criteria in Paragraph 3 explicitly require a schedule or drawing and shall not otherwise be considered. Personal visits and phone calls to the facility to discuss this announcement will not be allowed. 5. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified vendor. SF330 Packages shall be sent to Point of Contact: Contracting Michael Shull, 717-272-6621 x3896, E-mail questions to: Michael.Shull@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R0319/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-R-0319 VA244-17-R-0319_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3317433&FileName=VA244-17-R-0319-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3317433&FileName=VA244-17-R-0319-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04424534-W 20170308/170306234805-ba7f7a17edbe6cd5a7432b7c48d4f808 (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.