Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
DOCUMENT

Y -- EXPAND PRIMARY CARE-AE DESIGN PROJECT 526-19-123 - Attachment

Notice Date
1/11/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217R1069
 
Response Due
2/12/2018
 
Archive Date
5/22/2018
 
Point of Contact
PATRICIA CORDERO, CONTRACT SPECIALIST
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 526-19-123 Primary Care Expansion. This project will renovate and expand the current Primary Care outpatient clinic areas in the 1C first floor area of the James J. Peters VA Medical Center located at 130 W. Kingsbridge Road, Bronx, NY 10468. 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. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2013. 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 or bidder 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, etc). LOCATION OF PROJECT This Project will renovate and expand the current Primary Care outpatient clinic areas at the James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY, 10468 SCOPE OF WORK/SERVICE REQUIRED : A/E services will include but are not limited to Demolition, Architectural, Environmental, HVAC, Plumbing, Mechanical, Electrical, Sprinkler, Fire/Life Safety, Security (panic alarms and security cameras), Signage, and Communication (telephone and data), as well as other design considerations to completely renovate approximately 7,000 square feet of the 1C Wing of Building 100, Main Hospital, at the James J Peters VA Medical Center for the expansion of the Primary Care department. Follow all requirements outlined in the PACT Space Module Design guide: https://www.cfm.va.gov/til/dGuide/dgPACT.pdf. Programming to be coordinated with the users to create a layout that will meet their requirements and is efficient for their workflow, but will still follow the above mentioned design guide. Layout should be designed to fully accommodate 5 or 6 PACT team units. Allocate the appropriate space for the required team rooms, consult/exam rooms, utility/medication rooms, and patient bathrooms based on the design guide. Support space could include but is not limited to, consultation rooms, procedure rooms, documentation areas, reception, waiting room, small group rooms, conference room, height and weight station, changing rooms, restrooms, staff locker rooms, break room and supply storage. All areas are to be designed to be ADA accessible. Coordinate with the VA COR designing an adjacent project for footprint of renovation area. GENERAL SCOPE A/E services will include but are not limited to Demolition, Architectural, Environmental, HVAC, Plumbing, Mechanical, Electrical, Sprinkler, Fire/Life Safety, Security (panic alarms and security cameras), Signage, and Communication (telephone and data), as well as other design considerations to completely renovate approximately 7,000 square feet of the 1C Wing of Building 100, Main Hospital, at the James J Peters VA Medical Center for the expansion of the Primary Care department. Follow all requirements outlined in the PACT Space Module Design guide. Programming to be coordinated with the users to create a layout that will meet their requirements and is efficient for their workflow, but will still follow the above mentioned design guide. Layout should be designed to fully accommodate 5 or 6 PACT team units. Allocate the appropriate space for the required team rooms, consult/exam rooms, utility/medication rooms, and patient bathrooms based on the design guide. Support space could include but is not limited to, consultation rooms, procedure rooms, documentation areas, reception, waiting room, small group rooms, conference room, height and weight station, changing rooms, restrooms, staff locker rooms, break room and supply storage. All areas are to be designed to be ADA accessible. Coordinate with the VA COR designing an adjacent project for footprint of renovation area. A minimum of 20 site visits during construction period services, not including the final inspection, shall be included. The A/E shall incorporate all VA, NFPA, and local and state code requirements in the design. The A/E services will include but are not limited to various phases of design starting with a site survey and a feasibility design analysis. After acceptance of the feasibility study the A/E will follow through with working drawings and construction specifications. The A/E shall analyze the existing areas in order to determine the renovations and modifications needed in each area to adequately modify such areas. The A/E is required to incorporate all VA architectural, mechanical, and electrical engineering standards and other federal, state, and local recommendations into their design. The A/E shall also provide drawings showing all areas after modification. The A/E shall be responsible for obtaining existing drawings on file. After completion of all work, the A/E will provide a new set of As-Built Drawings. This submission must be delivered to the VA on CAD (CAD requirements are attached to this scope). A cost estimate shall be required for each design review milestone. The A/E shall provide the VA with a list of all submittals required of the construction contractor. The project shall be phased to provide minimum interruption to other occupants of the building and coordinated outage of utility systems during construction. The A/E shall date and certify all reports, studies and submissions. Design criteria shall be VA Master specs, Life Safety Code and VA Fire Protection Manual. One set of drawings at each submission will be sent directly to the VA Regional FPSE, Peter Leszczak, for review. The A/E shall develop an appropriate phasing and coordination plan for construction and develop an infection control plan as outlined in the VA Infection control policy 00-148. (See Attached Policy). In addition, the contractor shall provide a detailed Infection Control Drawing. The drawing shall outlining construction barriers and detailed requirements for exhaust negative pressure. The A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall also be provided on AutoCAD Version 2014, on CD ROM with a minimum of 700 mb capability. All CD s shall be furnished by the A/E. The A/E shall provide the VA Master Construction Specifications in the current version of Microsoft Word format. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6298. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates should reflect 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate. METHODS AND PROCERURES The A/E shall make an on-site inspection of all areas in at the site that are within the scope of the project, to familiarize themselves with existing conditions. The A/E shall verify all dimensions including verification of drawings and information obtained by the A/E. Upon appointment with the Chief, Facility Management, the A/E will be responsible for confirming existing conditions. The VA makes no guarantee as to the accuracy of any as-built drawings obtained. The A/E must verify all conditions. The A/E shall meet with various professional staff from the VA to discuss the specific needs of the area. REVIEW REQUIREMENTS Feasibility Study: Furnish all labor and materials required to do a feasibility study. The Study will include a detailed cost estimate and all design considerations required for each of the following Scopes of Work: Line Item 1: Demolition of existing area. Line Item 2: Construction of new suite. Preliminary Review: Schematic and Design Analysis: The submission shall include materials proposed for use on the project including colors for selection by the VA. The Consultant shall attend a review meeting at VAMC, Bronx, NY. Provide a design analysis that will evaluate for the Bronx VAMC: 1/4" and / or 1/2" scale schematics drawings of renovated floor(s). (Elec./Mech./HVAC) Preliminary phasing analysis Preliminary impact analysis Preliminary recommendations/solutions Review of applicable codes Special requirements/considerations/aggregations (i.e. existing/proposed finishes) Drawings shall be completed to the extent the following is shown: Demolition work required for each area. Infection Control requirements. New structures and finishes. Provide a preliminary cost estimate based on drawings, specifications, and design analysis. Provide appropriate adjustments for phasing and local or market conditions. Provide a rendering or three dimensional images of proposed options. Provide five (5) copies of design analysis, drawings, and preliminary cost estimate. The A/E shall attend a design review meeting at the Bronx VAMC. 35% Review: Preparation of contract drawings and specifications. The Consultant shall incorporate all comments from previous phase. Construction drawings (i.e. Mechanical, electrical, structural, etc.) shall be complete and checked for errors, ready for use as final contract documents. Drawings shall show details, finish schedules, phasing schedule, bid alternates, as required, and protective construction techniques. Updated construction cost estimate. Cost estimate shall include quantitative take - off for labor and material, including overhead and profit. Provide appropriate adjustments for phasing and local or market conditions. The cost for each bid alternate shall be identified in the cost estimate. 65% Review: The Construction specifications shall be prepared in final draft and incorporating all bid alternates as required. Provide a rendering or three dimensional images for selected options of typical space. Provide five (5) copies of all material. The A/E shall attend a design review meeting at the Bronx VAMC. 95% Review: Preparations of contract drawings and specifications The Consultant shall incorporate all comments from the previous phases into the final working drawings and specifications. All drawings shall be stamped and signed. Finalization of affected areas including equipment locations (if necessary). Complete working drawings including special requirements (i.e. mechanical, electrical, structural, etc.). Include bid alternates as required. Construction specifications in final form, incorporating bid alternates as required. Final construction cost estimate shall be provided. The cost for each bid alternate shall be identified in the cost estimate, if applicable. Construction phasing schedule. Provide five (5) copies of all review material. Provide one (1) copy of contract drawings on CAD, (see attached description). The A/E shall attend a design review meeting at the Bronx VAMC for final approval. 100% Review: Incorporate all comments from 95% design submissions. Final construction cost estimate. Final construction specifications. Final construction contract drawings. Final construction project schedule. Provide a rendering or three dimensional images for the final design of typical spaces and common areas. Provide five (5) copies of all review material. BID Documents: Final specifications for Bid. Final construction contract drawings for bid. Provide one (1) copy of all material. NOTE: All final construction specifications must be provided on the most current version of: Microsoft Word software, in addition to providing five (5) hard copies. All final construction drawings must be provided on AutoCAD Version 2014, (see attached description) in addition to providing five (5) blue line copies. All 100%, final documents must be signed and stamped by a licensed Professional Engineer. Cover page of drawings must contain signature blocks, occupancy classification and per cent submission at each phase of design. Construction Period Services Review materials, submittals, shop drawings, etc. Recommend to Resident Engineer as to the submittal being approved, disapproved, or approved as noted. Include review comments as to appropriateness of submittal and conformance to construction drawings and specifications. Review change orders and provide A/E cost estimate to support VA's negotiations with contractor. Furnish as-built drawings at completion of construction Site Visits: Pre-bid Conference Preconstruction conference Twenty (20) field visits during construction. Provide an expeditor to assist in the approval of applicable NYC DOB approvals. One (1) Final Inspection, from all specialties, to include construction punch list/report. X. LOCATION The A/E must have an existing active design production office within a 150-mile radius of the James J. Peters VA Medical Center. XI. CONTRACT SECURITY This contract involves VA sensitive information. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. COST RANGE Estimated Construction Cost Range: Between $2,000,000 and $5,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from ( AWARD/NTP) TBD Deliver concept/preliminaries Review material to Contracting Officer not later than __ 30 days after NTP. Review concept/preliminaries with Contracting Officer__ 40 days after NTP. Deliver 35% Schematic Review material to Contracting Officer not later than _____ 70 Days after NTP. Review 35% Schematic Material with Contracting Officer on ___ 80 Days after NTP. Deliver 65% Design Review material to Contracting Officer not later than___ 110 Days after NTP. Review 65% Design Material with Contracting Officer on __________ 125 Days after NTP. Deliver 95% Design Review material to Contracting Officer not later than _____ 160 Days after NTP. Review 95% Design Material with Contracting Officer on _________ 175 Days after NTP. Deliver 100% Final Review material to Contracting Officer not later than ____ 210 Days after NTP. Review 100% Final Material with Contracting Officer on _____________ 225 Days after NTP. Deliver Final Bid Documents to Contracting Officer not later than _________ 240 Days after NTP. Bid Opening Date (Estimated) 375 calendar days from NTP Construction Contract Award (Estimated) 400 calendar days from NTP Construction Completion (Estimated) 800 calendar days from NTP The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA: The Department of Veterans Affairs shall evaluate each potential contractor in terms of its Selection Criteria Weighting Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 15% Examples of specialized experience and technical competence in various disciplines required for specific project. 20% Capacity to Accomplish the work in the required time 15 % Past experience and performance on government contracts. 15% Proximity of firm or working office providing professional services to the facility. 5% Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. 5% Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 5% Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. 20% Total 100.0% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. 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 state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Patricia Cordero, via email at patricia.cordero@va.gov, prior to the below response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document LOCATION The A/E Firm proximity to the James J. Peters VA Medical Center, Bronx, NY 10468 is an evaluation criteria. 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. ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. LIMITATIONS: VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (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 (see VAAR 802.201 Surviving Spouse definition); (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; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (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 verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified 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, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 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 (3) 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 _February 12, 2018 at 2PM EST_ including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of __Patricia Cordero, Contract Specialist, VISN 2 NCO____ 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 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 to patricia.cordero@va.gov. Telephone inquiries will not be accepted. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217R1069/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-R-1069 VA242-17-R-1069.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4011468&FileName=VA242-17-R-1069-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4011468&FileName=VA242-17-R-1069-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04788093-W 20180113/180111231454-203d351d36d654569071202620cd5084 (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  © 1994-2020, Loren Data Corp.