DOCUMENT
C -- Proj. 603-17-202, AE Design:Remodel for USP 800 Compliance - Attachment
- Notice Date
- 11/6/2017
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24918R0078
- Response Due
- 12/6/2017
- Archive Date
- 2/4/2018
- Point of Contact
- Roxie Ann Keese
- E-Mail Address
-
7-6108<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Scope of Work: AE Design-Remodel for USP 800 Compliance The Robley Rex VA Medical in Louisville, Kentucky is seeking professional Architectural/Engineering (AE) firms for Project #603-17-202, Remodel for USP 800 Compliance (Design). Provide all A/E services necessary for the design, compliance with USP 800 and installation of a project described here and in other documents that are further defined by this request for proposal (RFP). The A/E selected for this project will be thoroughly familiar with all compliance requirements to fully meet USP 800. The A/E will conduct meetings with VA staff and personnel to become thoroughly familiar with pharmacy requirements and current procedures at the Robley Rex VAMC. This project will remodel portions of the Robley Rex VAMC located at 800 Zorn Ave, Louisville, KY to meet USP 800 requirements. The principle areas of work will be on 3-South and the Basement Pharmacy spaces. This project will include movement of walls, replacement of existing flooring, ceilings, electrical, plumbing, built-in cabinetry, HVAC, hoods, hood exhaust systems and controls. As part of this project, existing pharmacy equipment and cabinetry will be relocated/reinstalled to facilitate USP 800 compliance. Additional new USP 800 equipment will be purchased and installed to include camera monitoring and recording of all pharmacy hoods. The A/E will develop phasing requirements and assist with execution of phasing to insure minimum impact to the pharmacy and hospital operation. A/E shall use VA specifications and shall modify them to fit the project. A/E shall provide deliverables according to the set schedule to be provided in detail upon final AE selection. A Government Estimate for the construction phase of this project will be provided under this contract. Construction phase A/E services will be provided under this contract The project work shall be in accordance with and meet the requirements of the 2016 Department of Veterans Affairs, Office of Construction & Facilities Management design guidelines available for download in the Technical Information Library at http://www.cfm.va.gov/til/index.asp. The design of architectural, structural, mechanical, electrical, civil or other engineering features of the work shall be accomplished by registered or certified architects or engineers within the Continental United States. The AE shall, when requested, without additional expense to the Government be responsible for obtaining any necessary licenses and permits in connection with performance of this contract of any possible construction based on the results thereof (including but not limited to, reports, plans, specifications, location, time, estimated cost of construction or estimated Value Engineering savings) or except to authorized Government personnel or upon prior written approval of the Contracting Officer. As-Built Drawings The construction contractor s as-built drawings shall be reviewed on a regular basis and revisions made to the appropriate AutoCAD files. All variations or changes shall be shown in the same general detail as used in the contract drawings. The A/E shall deliver approved completed sets of as-built drawings to the COR within 15 calendar days after each completed phase and after final acceptance of the project by the COR (Final drawings will be submitted on E size vellum and in electronic format, Auto CAD 2016 and PDF on CD or DVD. Follow established drawing standards. All objects and associated text shall be drawn in model space with similar objects on appropriately named layers. Only the drawing border and associated text may be drawn in paper space. An AutoCAD file shall be delivered for each paper drawing developed for the project. This file shall be purged of all extraneous references and all external references and blocks shall be bound to the file. The A/E shall update the VA s architectural drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum and in electronic format, Auto CAD 2016 and PDF on CD or DVD. The A/E shall update the VA s electrical drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum, shop drawings will be replaced in kind, and in electronic format, Auto CAD 2016 and PDF on CD or DVD. The A/E shall update the VA s mechanical drawings to reflect any changes as a result of this project. Drawings will be submitted on E size vellum, shop drawings will be replaced in kind and in electronic format, Auto CAD 2016 and PDF on CD or DVD Selection Criteria AE firms submitting SF330 s for review under this project will be evaluated based on the following selection criteria: Professional qualifications necessary for satisfactory performance of required services Previous Experience of Proposed Team-provide the specific experience and qualifications of the personnel as Key Personnel for this project. Specialized experience and technical competence in the type of work required; Capacity to accomplish the work in the required time; Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Location in the general geographical area of the project and knowledge of the locality of the project. Firms must be within a 300 mile radius of the Robley Rex VA Medical Center. Google Maps will be used to determine this location factor. Restriction to 350 mile radius from the Robley Rex VA Medical Center. Acceptability under other appropriate evaluation criteria. 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. NAICS code 541310 is applicable to this requirement. The small business size standard is $7.5M. This requirement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) concerns under the authority of 38 U.S.C. section 8127 (d). All AE firms seeking consideration under this requirement will be checked with the Center for Verification & Eligibility (CVE) both at the time of submission and prior to award. To be eligible to submit an offer or receive an award all AE firms must be viewable and listed in the Vendor Information Pages (VIP) at www.vetbiz.gov. Only verified SDVOSB are eligible to submit an offer or receive an award that is set-aside for a SDVOSB in accordance with 38 CFR Part 74. AE firms that are not verified and viewable in vetbiz at the time of submission of offer or at the time of award shall be determined as to no be an interested party and its proposal will not be considered further nor will be considered for award). Project 603-17-202, AE Design: Remodel for USP 800 Compliance- will be procured in accordance with the Selection of Architect-Engineers Act under the authority of 40 U.S.C §1101-1104, formerly the Brooks Act of 1972 as implemented by Federal Acquisition Regulation (FAR) 36.6 and VA Acquisition Regulation (VAAR) 836.6. Interested AE firms must submit one (1) hard copy of the Standard Form (SF) 330, along with one (1) electronic copy on Compact Disc in Adobe Acrobat Pdf format. Submissions must be received No Later Than 11:00am ET on Wednesday December 6, 2017. Submission by Electronic Mail is NOT AUTHORIZED. For consideration, submissions should be sent to the following: Robley Rex VA Medical Center Network Contracting Office (NCO) 9 Attention: Roxie Ann Keese, Contracting Officer 800 Zorn Avenue Louisville, Kentucky 40206-0001
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918R0078/listing.html)
- Document(s)
- Attachment
- File Name: 36C24918R0078 36C24918R0078.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3891315&FileName=36C24918R0078-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3891315&FileName=36C24918R0078-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24918R0078 36C24918R0078.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3891315&FileName=36C24918R0078-000.docx)
- Record
- SN04733236-W 20171108/171106231626-3e4c617bcf6f4bd424532a50b4b7cb64 (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 |