Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
DOCUMENT

C -- A&E Design, Correct Sprinkler Deficiencies, Bldg 100, Bay Pines VAHCS - Attachment

Notice Date
3/31/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 326, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24817R0537
 
Response Due
5/1/2017
 
Archive Date
6/30/2017
 
Point of Contact
Rachel Reed
 
E-Mail Address
Contracting Officer
(Rachel.Reed@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a Sources Sought Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the C.W. Bill Young VA Medical Center, 10000, Bay Pines Blvd, Bay Pines, FL 33744. This contract is being procured in accordance with the Brooks A-E Act as implemented under FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. This requirement is 100% set-aside to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts/schematic design, program/design development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for the Correct Building 100 Sprinkler Deficiencies project, 516-17-103. The NAICS code for this acquisition is 541330, Engineering Services. The small business size standard for this NAICS code is $15 million. Work will be completed, excluding construction period services, within 154 calendar days after receipt of the Notice to Proceed. The NAICS code for the anticipated Construction project is projected to be 238220 and magnitude of construction is predicted to be between $500,000 and $1,000,000. The anticipated award date of the construction phase of the project is projected to be by Dec 2017. Written questions pertaining to this requirement should be submitted no later than 2:00 PM. Eastern Daylight Time (EDT), April 13, 2017. Scope of Work: A&E shall provide evaluation, design, and construction/post construction period services for Project 516-17-103 Titled Correct Bldg. 100 Sprinkler Deficiencies. Work will include, but is not limited to: Correct Bldg 100 Sprinkler Deficiencies, for ALL Wards and ALL Floors of Bldg 100 to include adjacent exterior spaces and the canopy section between the main building and utility plant. Wards 3D and 5D are excluded from this scope. Prepare an onsite field evaluation of the entire existing fire suppression system in Bldg 100 for ALL wards and ALL floors with the exception of the excluded Wards 3D and 5D. Wards 3D and 5D are being reviewed and corrected by others and therefor are not part of this specific project. Coordinate construction and fire protection drawings and documents with the 3D and 5D projects. Wards 3D and 5D must be an integral part of this project and work seamlessly within themselves and this project. Produce fire protection drawings and construction documents as necessary to bring Bldg 100 into full compliance with NFPA codes and VA directives. Replace existing or install new sprinkler heads with a quick response (QR) type. Modify existing fire suppression systems affected by recently renovated or newly constructed areas. Design shall include hydraulic calculations and plans that accurately depict sprinkler head, life safety, and fire suppression device locations throughout Building 100 including its contiguously adjacent exterior spaces such as pick up and drop off areas, smoking shelters, service bays and docks. This design project will specifically address and correct but not be limited to previous findings as identified below: Install sprinklers under new first floor east canopy section between main building and utility plant. The WPIV outside of Fire pump room. The tamper switch is not working correctly. (M1-59) Installed by others during construction. The Tamper switch only sends signal at half closed point. Also The Open / Closed indicator needs to be adjusted. When all the way closed the indicator for "CLOSED" is no longer visible. Tamper is a System Sensor PIBV2. The WPIV has been chained and locked. Replace the WPIV with new or determine whether the WPIV and valves and structures (pit or manhole) can be eliminated and the supervisory switch relocated to the backflow preventer. Building 100 also feeds Buildings 105, 110, and the new Mental Health Building. Service to these buildings shall not be interrupted. The design shall be phased or staged as required to account for continuous service at all times to these buildings. Any sprinkler heads deemed to be acceptable per spacing and/or type and are to remain but that are corroded shall be replaced. Any sprinkler heads deemed to be acceptable and are to remain shall be cleaned with approved methods. Install additional sprinklers or replace with QR type heads, provide proper spacing/coverage, correct/avoid obstructions in the following rooms, addressing previous inspection findings: All work shall be phased as required to minimize patient impact and to coordinate with other trades. All designs shall comply with applicable sections of VA standards and publications, and all references therein. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF-330s will be evaluated on the following criteria: (1) Professional qualifications necessary for satisfactory performance of required services. Provide a balanced licensed workforce, to include the following disciplines: Project Management Safety and Fire Protection Engineer (SFPE) as Certified Independent Third Party (CITP) Mechanical Engineering. (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. Similar services anticipated under this contract include, but are not limited to: Review and correction of sprinkler deficiencies in Health Care, Business, Ware House and Logistic classification occupied space. Design of sprinkler systems and production of Life Safety/Fire Protection plans. Ability to produce quality designs as evidenced by a Quality Control program. (3) Capacity to Accomplish Work. Firms must address and demonstrate capacity to execute this project, to include the capacity of key personnel available and dedicated to complete the project within mandated schedules. (4) Past Performance on contracts with Government agencies and private industry with respect to quality of work, compliance with performance schedules and cost control. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on past performance from the previous five years. (5) Knowledge of the locality as it pertains to design and construction methods of VA Healthcare facilities in the State of Florida and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract. (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The selected A/E should have previous experience in the design of sprinkler systems within healthcare facilities and provide documentation of at least two design projects of this nature with references, names and phone numbers. SUBMISSION CRITERIA/REQUIREMENTS Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, Parts I and II, to Rachel.Reed@va.gov. The SF-330s are due no later than 2:00 PM, EDT, May 1, 2017. Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as 1 of n. (Example, 1 of 1, 1 of 2, etc) AND MAIL (or hand deliver) THREE (3) HARDCOPIES of the SF 330, including Parts I and II, and attachments no later than 2:00 PM, Eastern on May 1, 2017 to: Department of Veterans Affairs Network Contracting Office 8, Bldg 2, Rm 326 ATTN: Rachel Reed 10000 Bay Pines Blvd Bay Pines, FL 33744 All SF-330 submissions shall be clearly identified in subject line of the email copy and on the outer envelope of the hard copy submission, displaying the Sources Sought number and project title. In addition to the SF 330 s, offerors must include a cover sheet containing the following information: Company name Address Phone number Name and email of primary point of contact Number of completed VA projects Socio-economic status contractor and all proposed consultants DUNS number and Cage Code for Contractor and all proposed consultants Tax ID number. The firm and AE on staff representing the project must be licensed to practice in the State of Florida under State law and must meet all Licensing requirements to sign and seal drawings. Examples of information resources are: Florida Architectural License: http://www.myfloridalicense.com/dbpr/pro/division/servicesthatrequirealicense_architect.html Florida Professional Engineering Certificate of Authorization: http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca Florida Professional Engineering Endorsement Process: http://www.fbpe.org/licensure/application-process/endorsement-comity-reciprocity NCARB rules for all States and PR/VI on architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible at www.vetbiz.gov and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. All joint ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF-330 submission package. Interested firms are responsible for ensuring delivery of submission. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of their SF-330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24817R0537/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-R-0537 VA248-17-R-0537.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3383945&FileName=VA248-17-R-0537-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3383945&FileName=VA248-17-R-0537-000.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: C.W. Bill Young VAMC;10000 Bay Pines Blvd;Bay Pines, FL
Zip Code: 33744
 
Record
SN04455871-W 20170402/170331234856-ad36707031ba3750f3ee84cf1457cca8 (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.