Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
DOCUMENT

C -- Request for SF 330's for (A/E) Architect/Engineer Design Services for Project 631-17-004. Renovation of Building 20 for Call Center. - Attachment

Notice Date
5/3/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VA CENTRAL WESTERN MASSACHUSETTS HCS;Acquisitions-90;421 North Main Street;Leeds MA 01053-9764
 
ZIP Code
01053-9764
 
Solicitation Number
VA24117N0326
 
Response Due
6/2/2017
 
Archive Date
8/1/2017
 
Point of Contact
Torben Ohlsson, Contract Specialist, NCO1
 
E-Mail Address
rth
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
REQUEST FOR A/E PROFESSIONAL QUALIFICATIONS SF 330 s PARTS I & II INTRODUCTION: This is a Pre-Solicitation Notice requesting SF 330's PARTS I & II Architect/Engineer Qualifications packages only. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR REQUEST FOR QUOTES (RFQ) AND NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. Any requests for a solicitation will not receive a response. After receipt and evaluation of SF 330's PARTS I & II Architect/Engineer Qualifications packages a solicitation will be issued directly to the top rated firm for which negotiations will commence in accordance with FAR part 36. The anticipated A/E Services requirement using NAICS Code: 541330 - Engineering Services (Small Business size standard of $ 14 million dollars average annual gross revenues for the past three fiscal years) if awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, and VA Acquisition Regulation 836.6. All submissions will be evaluated in accordance with the evaluation criteria and the Government will not pay, nor reimburse, any costs associated with responding to this request. DESCRIPTION: Design work shall include, but shall not be limited to providing all labor, materials, equipment, etc. necessary to completely design project # 631-17-004 in accordance with the A/E design contract requirements, the Scope of Work, the A/E Submission Requirements document, NFPA, Life Safety Code (LSC), local building codes, staff input from design meetings and other requirements as determined during the course of the design. The project shall include, but shall not be limited to providing construction documents, to include but not limited to: drawings (using the VA standard title block), specifications available from the VA TIL website https://www.cfm.va.gov/til/catalog.asp, site visits and field surveys, a professional cost estimate, construction Scope of Work synopsis with estimated duration of construction period timeframe, Sole Source information, item costs and justifications, and a brand name/or equal list, project phasing, construction period administration and independent third party commissioning. NCO 1 intends to accomplish a firm fixed price contract as a result of this call for qualifications. The Government is under no obligation to award a contract as a result of this announcement. This design request is for an architect / engineering firm to develop complete drawings, specifications, cost estimates, project phasing, site visits and construction period administration services associated with the renovation of Building 20 for the VISN wide Call Center on the Leeds campus in Northampton Massachusetts. This will designed for business occupancy. This building has been vacant for many years and all utilities, architectural details; interior finishes, etc. are deemed outdated or otherwise unusable and must be completely redesigned for new use. Code compliance is also likely a significant issue within the vacant building as there have been no upgrades in many years. The disciplines covered by this scope of work will include but not limited to Mechanical, Electrical, Architectural, Civil (parking lot), Geotechnical, Environmental, and Structural (existing load capacity of each floor and roof evaluation). Bldg 20 consists of approximately 21,000 useable square feet on the basement, first, and second floors. The attic is currently a cold attic with a dry fire suppression system. Redesign for code compliance and efficiency. To accommodate the staff capacity, a design for a parking lot with approximately 250 parking spots will be needed. The A/E firm will conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. The renovation effort will extend the lifecycle of Bldg. 20, provide a suitable call center environment, vital infrastructure to decrease vulnerability and give Member Services a permanent structure to centralize local staff. The total contract duration will be 150 days from Notice of Award. The estimated magnitude of construction cost for this project ranges between 5,000,000.00 and 10,000,000. Please see attached Statement of Work for specifics and follow instructions to submit all requested documentation. FINAL CONSTRUCTION DRAWINGS: Drawings including cost estimates, specifications, and calculations, will be submitted within the negotiated period of performance after award. Per FAR 36.609-4 & 52.236-25 for the Requirements for Registration of Designers, and FAR 36.601-4 Implementation, the designing A/E firm of record responsible for signing and stamping the drawings must be registered, licensed and/or have reciprocity to perform this requirement for this project, which is located in the Commonwealth of Massachusetts. The A/E schedule shall allow for VA review period ending with A/E receipt of VA comments for each submission no later than 10 business days after VA receives the submission. The A/E work shall include, but is not limited to: (a) Site Investigations necessary to determine the existing conditions at the site of work. (b) Schematic plans, design development plans, and final construction drawings. (c) Specifications, phasing plan and cost estimates. (d) Design narrative and engineering calculations. (e) Construction period services to include submittal review, site visits and construction inspections. Bid Deduct Alternates of 10% of the estimated construction budget shall be developed, planned, and estimated as necessary to assure award of contract within available funds. Bid Deduct Alternates shall be clearly identified on contract drawings and price breakdown shall be provided in addition to the base offer s construction estimate. All offerors are advised that in accordance with VAAR 836.606-73, the total cost of the contract for A/E services must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 (c) - Design within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated A/E firm selected to complete the design. Prospective firms are reminded that in accordance with FAR 52.219-14 and VAAR 852.219-10, Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart 836.6 of the VA Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. Interested and eligible firms should send electronic copies of their current SF 330 to: torben.ohlsson@va.gov. The SF 330s are due on June 2, 2017 at 10 AM Eastern Standard Time. Use the instructions located in section fourteen (14) below for submitting your SF 330. NO FAX RESPONSES WILL BE ACCEPTED: Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail torben.ohlsson@va.gov. No phone calls will be accepted. In accordance with FAR 36.209 Construction Contracts with A/E firms and FAR 36.606 (c) Negotiations - all interested firms are hereby put on notice that no construction contract may be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. Security Issues, Late Proposals, Unreadable Offers (a) Late submission of offers are outlined at FAR Parts 52.212-1(f) and 52.215-1(c). Particular attention is warranted to the portion of the provision that relates to the timing of submission. (b) Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. (c) To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.   Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Part and FAR 15.207(c ). (d) Password protecting your SF-330 is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated Government individuals. The selection of the most qualified A/E firm will follow the guidance provided in FAR 36.6 Architect-Engineer Services. Additionally, this Special Notice is also issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSB). All eligible responding firms must be registered and verified with the Department of Veterans Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status and ownership and control sufficient to establish appropriate status. Failure to be both VERIFIED by CVE and VISIBLE on vetbiz.gov, at the time SF 330s are submitted, when the proposal is received as a result of the solicitation issued to the most qualified firm, and on the date of contract award will result in the offeror s proposal/SF 330 being deemed not acceptable and the Government will proceed negotiating with the next highest qualified firm. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. In addition, any subsequent award will require the firm to be registered in System for Award Management (SAM). In addition firms responding as a joint venture, must be certified in VetBiz as a joint venture entity. 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. NCO 1 intends to accomplish a firm fixed price contract as a result of this call for qualifications. The selected A/E firm shall provide services in accordance with FAR 2.101 definition of "Architect-Engineer services" as defined in 40nU.S.C. 1102 and FAR Part 36.6 to provide professional A/E services for a complete design package Firms will be selected based on demonstrated competence and qualifications for the required work. The estimated magnitude for construction (not design) of this project is between $5,000,000 and $10,000,000 per VAAR 836.204(h). (a) Contract Award Procedure: At time of award, the A/E frim 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 SVOSB or VOSB to be VERIFIED by CVE and VISIBLE in VetBiz shall result in elimination from consideration as a proposed contract awardee. Failure of an SDVOSB/VOSB to be registered in SAM at the time of contract award shall result in elimination from consideration as a proposed contract awardee. The proposed services will be obtained by a negotiated Firm-Fixed Price Contract. (b) The review/design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished by architects or engineers registered in a State or possession of the United States, or in Puerto Rico or in the District of Columbia. (c) The project drawings/design shall be in compliance with applicable standards and codes described in VA Program Guides and design materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are available in the Technical Information Library (TIL) on VA Website address: http://www.cfm.va.gov/til/. The awarded A/E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring that the drawings and specifications supplied fully represent all of the work described in the Request for Proposal (RFP) issued for the follow on construction project. The SF 330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP type in SF 330 in the Find a Form block and click on search. 12. EVALUATION SELECTION CRITERIA: Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The selection criteria in descending order of importance will be as follows: Professional Qualifications Reputation & Standing of Firm Specialized Experience/Technical Competence Teamwork Capacity Past Performance Capability and commitment Location Knowledge of the location, including historical and environmental regulations permissions, requirements and permits. Proof of current and valid Professional Liability Insurance SELECTION CRITERIA: The VA will utilize the following selection criteria IAW FAR 36.602-1 and VAAR 836.602-1: (The FAR and VAAR citations referenced in this Notice can be accessed via the following internet links: https://www.acquisition.gov/far/index.html) (a) 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. In addition, provide resumes of other relevant team members or frequent subcontractor 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 project scope of work. (b) Past performance (references required, see attachment) on recent and relevant contracts with Government agencies (with the emphasis on VA and hospital work) and private industry in terms of cost control, quality of work, and compliance with performance schedules; with recent defined as performance occurring within 5 years of the date of this Notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Notice and relevancy is defined as performance of work on projects that are similar in scope to the type of project. (c) 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; provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years, which best illustrate overall team experience relevant to this project that demonstrates the teams experience with projects of similar size and scope and complexity. Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities. (d) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; documentation supplied should include specific experience and qualifications of personnel proposed for assignment to the project(s) and their record of working together as a team. (e) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; (f) Capacity to accomplish the work in the required time; (g) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and (h) 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. Please provide the address and distance of your closest office; and The A/E Firm must have knowledge and experience of the locality of the project including interpreting and implementing all applicable local and state local requirements, including but not limited to historical and environmental regulations permissions, requirements and permits. (J) Proof of current and valid Professional Liability Insurance to cover the cost of errors and omissions for the entire estimated magnitude for construction. The estimated magnitude for construction of this project is between $5,000,000 and $10,000,000 per VAAR 836.204 (h). Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, traffic engineering, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, Building Commissioning, Leadership in Energy and Environmental Design, specification writing, and construction surveillance skills as described herein. The Respondent bears the burden of providing relevant and timely references with accurate and current names, telephone numbers and addresses. Discussions with the three most highly rated firms based on the technical review of all the SF 330s received will be conducted. A solicitation will only be issued to the most highly qualified firm after discussions have concluded and been evaluated. Submission Requirements: A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9 digit zip code, phone number, e-mail address, DUNs number, date of response, title and Notice identification. Firms must provide a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as related experience, and a current project workload schedule showing proposed team members for the project period. All responding firms, including consultants to the primary firm are required submit ELECTRONICALLY a copy of their current SF 330, Architect-Engineer Qualifications, Part I and Part II to torben.ohlsson@va.gov. The SF 330, Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and subcontractors proposed to work on the contract and their geographical location. You must submit your ELECTRONIC COPY and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below to torben.ohlsson@va.gov. However, firms will be notified of the award via an electronic Notice of Award e-mail if an award is made off this notification.   The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats  (Software) for Submission of SF 330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF). (b) Files in Adobe* PDF Files:   When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) Other electronic format.     If you wish to submit an offer using another format other than described in these instructions, e-mail the Contract Specialist/Contracting Officer who issued the solicitation.     Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation.     Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your SF 330; (d) SF 330s shall be provided electronically in.PDF format. The font for text shall be Times New Roman 12-point or larger. (e) Please note that we can no longer accept.zip files due to increasing security concerns. (f) Please note, the VA has an email size limit of 5 mb. Please inform the VA POC if you plan on submitting multiple emails due to size constraints. (g) Respondents are required to meet all requirements in addition to those identified as selection criteria. Any SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. VA Primary Point of Contact: Torben Ohlsson, Contract Specialist POC Email: torben.ohlsson@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NoVAMC/VAMCCO80220/VA24117N0326/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-N-0326 VA241-17-N-0326.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468935&FileName=VA241-17-N-0326-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468935&FileName=VA241-17-N-0326-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04493816-W 20170505/170503234306-001deeb192d5b6cf6970d1d3bdce538f (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.