Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
DOCUMENT

C -- 4th Floor Water Leak Design San Diego (Water Leak Damage Remediation West Wing, 4th Floor) - Attachment

Notice Date
5/12/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117R0048
 
Response Due
6/12/2017
 
Archive Date
9/19/2017
 
Point of Contact
Donald A. Marsh III
 
E-Mail Address
donald.marsh2@va.gov
(donald.marsh2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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. 1. GENERAL INFORMATION: Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, reports and construction period services for Project # 665-16-838 Water Leak Damage Remediation West Wing, 4th Floor project located at the San Diego VA Medical Center in San Diego, CA. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 836.6. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall 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. 2. PROJECT INFORMATION The NAICS Code for this procurement is 541310 Architectural Services and the annual small business size standard is $7.5M. The projected award date for the anticipated A-E contract is on or before July 30, 2017. The anticipated period of performance for completion of design is 150 calendar days after notice of award. The VAAR magnitude of construction for this project is to be between $2,000,000 and $5,000,000. A-E DESIGN SERVICES SCOPE: The scope of this project is to provide Construction Contract Documents for the renovation of approximately 5,100 GSF on the 4th Floor, West Wing which includes Primary Care, Cardiology, and various administrative spaces. Schematic design services are complete and desired floor plan will be supplied. This project will verify the schematic-design adheres to current Model Building Code, NFPA 101 and meets all criteria required by the VA Technical Information Library and San Diego Medical Center Engineering Standards. This project will provide services to the fullest extent for construction solicitation and administration. The extent of demolition and reconstruction will be limited to areas directly affected by water damage, and work required to remediate and reconstruct the water damaged areas as indicted by attached Area of Work. No square footage area will be added or demolished. No remodel will occur in areas that did not suffer water damage. Project Services Detailed Requirements: PART A - PRELIMINARY PLANS AND SPECIAL SERVICES (LEVEL II) Investigative services to include review of VA programming requirements, as-built verification, asbestos survey, code analysis and other existing conditions. Schematic design to include minimum of 3 designs and maximum of 5 revisions. Equipment Specialist, Industrial Hygienist, Fire Protection Engineer and other specialized consultants, as needed, are to be provided for services to include survey of existing, review of requirements, and design recommendations. PART I - PREPARATION OF CONTRACT DRAWINGS AND SPECIFICATIONS Preparation of Schematic Design Documents (35% level). Preparation of Design Development Documents (65% level). Preparation of Construction Documents (95% level). Preparation of Construction Documents (100% level) to include full set of drawings and specifications as approved by VA. Project Solicitation and Bidding Support services to include assistance in answering RFI s, supplemental drawings, and revision sets as needed. PART II - CONSTRUCTION PERIOD SERVICES Support services during construction to include assistance with reviewing shop drawings, reviewing submittals, answering RFI s, providing supplemental drawings, and revision sets as needed. PART III - SITE VISITS Performance of various facility visits for information as needed to produce project requirements. Onsite services will occur in all parts of contract services as necessary. 3. A-E SELECTION PROCESS: Responsive firms submitting SF-330 s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will be made using a two phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. The highest rated three (3) to four (4) firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Interview Presentations for the short listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Interview Presentations will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Interview Presentations and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. 4. SELECTION CRITERIA: Phase I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330. 1) Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants). (The firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in the State of California under California State law requirements. Provide Professional License numbers and/or proof of Licensure.) 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. Include Government and private experience on project similar in size, scope and complexity. 3) Capacity to accomplish work in the required time. (Provide firms experience with similar size projects and available capacity of key disciplines.) 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract.) 5) Location in general geographical area of the project and knowledge of the locality of the project. The area of consideration for offers is a 200 mile driving radius between offeror principal business location and the San Diego VA Medical Center. Offers outside the 200 mile radius will not be considered. (Determination of mileage eligibility will be based on Google Maps (https://www.google.com/maps/dir/). 6) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 7) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (This includes Awards, Outstanding Merits and Recommendations.) 8) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Phase II: The short listed firms will be invited to present their qualifications in person to the Evaluation Board in the form of Interview Presentations. The Interview Presentation instructions and criteria will be provided to these firms at the time they short listed. Each short listed firm will be evaluated based their responses to the evaluation criteria during their Interview Presentation. 5. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format for that shall be followed for the submission of the SF-330 Statement of Qualifications: Submit ONE (1) SF-330 Statement of Qualifications via email to the Contracting Officer Donald Marsh at Donald.marsh2@va.gov. This shall include Parts I and II and any applicable attachments. The SF-330 submission is due by 3:00 PM ET ON JUNE 12, 2017. The SF-330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF-330 Submission; VA701-17-R-0048 San Diego 4th Floor Water Leak Design. The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF-330 shall not exceed a total of 30 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. All SF-330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry. All questions shall be submitted to Donald.marsh2@va.gov. NOTE: 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 by VET Biz (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. SF-330 submissions 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. 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 SF-330s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e69b0d1b6b65114ca725597ea1ac2b15)
 
Document(s)
Attachment
 
File Name: VA701-17-R-0048 VA701-17-R-0048.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3494347&FileName=VA701-17-R-0048-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3494347&FileName=VA701-17-R-0048-000.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: San Diego VA Medical Center;3350 La Jolla Drive;San Diego, CA
Zip Code: 92161
 
Record
SN04507099-W 20170514/170512235203-e69b0d1b6b65114ca725597ea1ac2b15 (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.