DOCUMENT
C -- Upgrade Bathrooms and Drinking Fountains Project #561-14-106 - Attachment
- Notice Date
- 5/31/2017
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;VANJ Healthcare System;385 Tremont Avenue;East Orange NJ 07018-1023
- ZIP Code
- 07018-1023
- Solicitation Number
- VA24217N0708
- Response Due
- 6/12/2017
- Archive Date
- 9/19/2017
- Point of Contact
- Bart Harlow
- E-Mail Address
-
Contract Specialist
(Bart.Harlow@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS NOT A REQUEST FOR PROPOSALS. THE GOVERNMENT WILL NOT PAY FOR 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. The Department of Veterans Affairs, VA New Jersey Healthcare System is seeking a qualified Architect/Engineering (A/E) services firm to provide Preliminaries, Contract Drawings, Contract Specifications, Industrial Hygiene Quality Assurance Services (VPCIH), Construction Period Services, Site Visits, As-Built Documentation, Detailed Construction Cost Estimate and all other related information to complete Project # 561-14-106 Upgrade Bathrooms and Drinking Fountains at the VA New Jersey Healthcare System, East Orange Campus, 385 Tremont Avenue, East Orange, NJ 07018-1023. This procurement is restricted (Set-Aside) 100% for Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and Small Business Size Standard of $7.5 Million. The anticipated award date of the proposed A-E Contract is on/before June 30, 2017. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service Disabled Veteran Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-10(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns. In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, small, etc). LOCATION VANJ Medical Center, 385 Tremont Avenue, East Orange, NJ 07018-1023. SCOPE OF SERVICE REQUIRED The A/E shall perform a complete survey of the existing bathroom conditions and provide recommendations list to the VA for review; upon approval the A/E will develop and prepare complete construction documents package with bid alternatives that can be readily identified and listed in the procurement documents; the A/E shall provide construction period services to include air monitoring services during any asbestos abatement and post-construction services. Specific Tasks. The A/E contract shall be for complete construction package including preliminary drawings, contract drawings, contract specifications, and a detailed cost estimate to evaluate and design for the upgrade of bathrooms and drinking fountains throughout the VANJ East Orange Campus. Areas to be evaluated include but are not limited to: Evaluate bathrooms and drinking fountains at the VANJ Healthcare System East Orange Campus. Upon approval, the A/E shall design a fully functional set of drawings and specifications for Project #561-14-106; Upgrade Bathrooms and Drinking Fountains. The project will provide the following: 1) renovate and upgrade existing conditions for multiple outdated bathrooms throughout the facility including new plumbing, HVAC and finishes; 2) replace existing drinking fountains throughout the East Orange Campus; 3) provide complete upgrade to the plumbing piping associated with the upgraded bathrooms and drinking fountains. The A/E shall examine the existing conditions and make recommendations of proposed changes to the VA. Upon approval, the A/E shall design all necessary alterations to provide for the installation of all associated equipment, which will be in compliance with all applicable current codes. All contract drawings shall be prepared on reproducible vellum and CD (Compatible with Autocad Release 2014) and delivered to the VA Medical Center, East Orange, New Jersey upon completion of contract work. The A/E will provide the Chief of Facility Management Service, complete specifications and working drawings as further described in the contract. The A/E will develop and prepare the construction document package with bid alternatives that can be readily identified and listed in the procurement documents. The A/E shall provide competent design and construction period services utilizing those adequately knowledgeable of the various subordinate design disciplines including but not limited to the engineering of architectural, structural, mechanical, electrical and special systems as required by the project. The A/E shall retain and provide (VPIH/CIH) monitoring services on behalf of the VANJ East Orange Medical Center for all abatements that will take place during Construction Period Services. Have subcontracted firm supply state mandated/required sample readings as well as certified final reports. Performance Monitoring (if applicable). The designated COR will monitor the contract performance and make sure the A/E adheres to VA standards and designated project milestones as well as provide all necessary support required to complete the subject design. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A Other Pertinent Information or Special Considerations. N/A a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Inspection and Acceptance Criteria. The designated COR will certify the work done under the contract shall be performed to time and standard. Designated COR is also responsible to assure the inspection and acceptance of products provided incidental to services. Risk Control The chosen firm shall provide a phasing and ICRA (Infectious Control Risk Assessment) drawing and specifications section. Drawing and specs shall determine vulnerable areas and their pertaining level of risk and methods of infections controls measures. Place of Performance. Place of performance shall be at the VA New Jersey Medical Center 385 Tremont Avenue, East Orange NJ 07018 and the selected A/E firm site. Selected A/E firm shall provide several site visits during design and several during construction period services. Period of Performance. The estimated start date for this project is on or around July 15, 2017. Delivery Schedule. A detailed delivery schedule can be found on SP-13 SP-13 DESIGN REVIEW AND COMPLETION SCHEDULE A/E SERVICES Upgrade Bathrooms and Drinking Fountains, East Orange PROJECT #561-14-106 (AE) (a) The A/E shall perform the work required by this contract within the limits of the following schedule. He/she shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews on the following dates: Days After NTP 1 Deliver 100% Schematic Review Material 40 2 Review 100% Schematic Review Material 45 3 Deliver 65% CD Review Material 65 4 Review 65% CD Review Material 70 5 Deliver 95% CD Review Material 130 6 Review 95% CD Review Material 140 7 Deliver 100% Document Package (Plans/Specs) 150 COST RANGE Estimated Construction Cost Range: magnitude of construction for this design project is estimated between $500,000.00 and $1,000,000.00. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs contemplates awarding a firm fixed price contract for this project. COMPLETION TIME FOR DESIGN 150 Calendar Days after award notice. SELECTION CRITERIA DESCRIPTIONS The Department of Veterans Affairs shall evaluate each potential contractor in terms of its: 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 (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members 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 contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; PAST PERFORMANCE VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. 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. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired. Past Performance Questionnaires (Attachment 1 to this Sources Sought Notice): Respondents shall complete Section A (General Information) of the Past Performance questionnaire and provide it to NCO2 representative as part of the SF 330 submittal package. Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to each past performance Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) for a minimum of three (3) identified in its SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications For This Contract. Sections B through D of the questionnaire shall be completed ONLY by the contract customer. The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to NCO2 by the SF 330 submittal package due date identified in the Sources Sought Past Performance Questionnaire sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent s contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to VISN2 at the address listed in section E.1 of this Sources Sought, no later than the SF 330 submittal package due date designated in this Sources Sought (Ref. Sources Sought section F.2). E-mailed Past Performance Questionnaire Sections B through D will be accepted from the contract customer. If the contract customer chooses to email the past performance questionnaire sections B through D, they SHOULD NOT send the hardcopy via mail. Respondents are notified that VISN2 will also accept a minimum of 3 references based on additional sources of information (such as, but not limited to the Architect-Engineer Contract Administration Support System (ACASS) or the Army Corp of Engineers central database of past performance) and/or Contractor Performance Assessment Report System (CPARS) documents available to it regarding the Respondent s relevant experience and past performance and consider the information thus obtained as part of this evaluation. LOCATION The A/E Firm proximity to the VA New Jersey Healthcare System, East Orange, NJ 07018 is an evaluation criterion. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Volume of VA work within the past 12 months based on fees received. Qualifications and performance of sub-consultants proposed for the project. Cost control capabilities and level of estimating effectiveness including specific examples. Current projects being performed for government agencies, health care facilities (including psychiatric) and private industry. Computer capabilities, including drawings on AutoCAD 2014 and specifications on Microsoft word using the VA Facilities Management Master Specification Format. Detail of firm s management philosophy and organization. ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA Required Criteria Weighting X Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 15% X Examples of specialized experience and technical competence in various disciplines required for specific project. 10% X Capacity to Accomplish the work in the required time 15 % X Past experience and performance on government contracts. 15% X Proximity of firm or working office providing professional services to the facility. 10% X Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. 15% X Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 10% X Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. 10% Detail of firm s management philosophy and organization. ` Total 100.0% LIMITATIONS VA NOTICE OF TOTAL SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service disabled veteran-owned small business concern : (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service disabled veteran-owned small business concern if: (1) At least one member of the joint venture is a service disabled veteran-owned small business concern, and makes the following representations: That it is a service disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 4:00 PM, EST on June 12, 2017. All submittals must be sent to the attention of Bart Harlow (NCO2), VA New Jersey Healthcare System, 385 Tremont Avenue, Bldg. 5A, Room 126, East Orange, NJ 07018. The submission must include an insert detailing the following information: 1.Dun & Bradstreet Number; 2.Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification as a Service Disabled Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (bart.harlow@va gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. Contracting Office Address: Department of Veterans Affairs; VA New Jersey Healthcare System; Network Contracting Office 2 (NCO2); 385 Tremont Avenue; Bldg.5A, Room #126, East Orange, NJ 07018-1095 Place of Performance: 385 Tremont Avenue, East Orange, NJ 07018-1023 USA Point of Contact(s): BART HARLOW CONTRACT SPECIALIST bart.harlow@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0708/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-N-0708 VA242-17-N-0708.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3538910&FileName=VA242-17-N-0708-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3538910&FileName=VA242-17-N-0708-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-N-0708 VA242-17-N-0708.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3538910&FileName=VA242-17-N-0708-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VANJ Healthcare System;East Orange Campus;385 Tremont Avenue;East Orange, NJ
- Zip Code: 07018-1023
- Zip Code: 07018-1023
- Record
- SN04527673-W 20170602/170531235851-fae6056e93579db399a250fc839f2ef0 (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 |