Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
DOCUMENT

C -- AE Site Prep for Fisher House Project #581-18-104 - Attachment

Notice Date
4/13/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 5 (NCO 5) 90C;NCO 5;1540 Spring Valley Drive;Huntington WV 25704
 
ZIP Code
25704
 
Solicitation Number
36C24518R0144
 
Response Due
5/4/2018
 
Archive Date
5/19/2018
 
Point of Contact
Katrina L. Chapman
 
E-Mail Address
Contracting Officer
(katrina.chapman@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs Medical Center (VAMC), 1540 Spring Valley Drive, Huntington, WV 25704 is seeking a qualified Service Disabled Veteran-Owned Small Business A/E firm to provide schematic design, design development, contract drawings and specifications, cost estimates, construction period services, and site visits (if required) to design for Fisher House site prep and post construction work at Huntington VAMC. PART 1 PROJECT DESCRIPTION 1.1 GENERAL SCOPE a. Provide complete design services including professional architect-engineering (AE) and professional civil engineering duties, and limited surveying duties for planned FY18 construction project titled Site Prep for Fisher House, project #581-18-104. Provide complete necessary schematics, design development with completed construction documents, cost estimates at every submittal stage, and complete edited Master Specifications to form a design package for bidding purposes; also provide limited construction period services as detailed herein. The magnitude of the construction project is between $500,000.00 and $1,000,000.00. One project will be phased into separate construction documents, one being the work in advance of the construction, and the other post construction of the Fisher House. AE will prepare complete documents for phasing of pre and post-construction. b. The intent of the project is to prepare selected site on VA property in advance for the Fisher House (FH) designed and built by others, including complete utility support, retaining wall, earthwork, cut and fill to grade, parking, removing and/or relocating roadwork to existing pumphouse, etc. Utilize available documentation from soil borings/geotechnical reports accomplished by FH. If additional are needed, AE shall provide as required. c. The post construction project will encompass final grading and landscaping beyond the FH construction limits, directional road signage, water monitoring system for legionella, all equipment to run cameras, card access, Wi-Fi, and VA computer system. d. The Fisher House Foundation (FHF) has built a network of homes on the grounds of VA Medical Centers and military bases across the country. These homes provide free lodging so families can be close to their loved ones during an inpatient stay. VA will temporarily deed over the portion of property to the FHF while actual construction of the home takes place, then returned to VA upon completion. e. For both pre and post-construction phasing the AE shall provide technical services, answering bid questions, performing sketches and/or correction as required. After award AE shall review and approve submittals for the material specified, and if necessary use the contractor s online service during the construction phase. One construction site visit shall be reserved at discretion of VA in case of conflict with plans and a site meeting be required on the site prep portion of project. 1.2 ADDITIONAL SCOPE REQUIREMENTS a. AE shall meet with VA committees, VA consultants, Fisher House representatives, local/state regulatory agencies, etc., to review data and improve understanding of any ongoing activities that address potential areas of concern associated with the design. AE shall use this information to facilitate development of design solutions. VA will provide AE with record drawings per their request. The accuracy of drawings is not guaranteed and should be used only for general information. Actual conditions must be field verified by AE and all consulting consultants. b. Design site in preparation for future Fisher House. Coordinate with FH and VA to clearly delineate extents of site preparation, including earthwork to grade, utility support and relocation, possible relocation/capacity, revising access roads, parking, site grading to meet new construction requirements. c. AE shall be responsible for obtaining all permits required for construction of this project, to include National Pollutant Discharge Elimination System (NPDES) Construction General Permit, or ensuring all permits directly related to construction are included in the construction contract for contractor to price adequately. Anticipated permit is required to tie sanitary sewer line into the main line on adjacent Buena Vista drive. If this is not possible, AE must anticipate pump to VA s main outgoing line by the pumphouse. d. Obtain data and telephone, fire alarm and security from Bldg. 20 across the access drive. Work with WV American Electric company to secure tie-in point for main electrical service and provide for a transformer. e. Relocate overflow from adjacent underground reservoir with piping, lift storm water inlet to accommodate required grade for FH. Relocate pumphouse road to tie into back of FH parking lot. Install retaining wall, with veneer to match the existing stone entrance. Provide for quantity of borrow, review VA site for possible location (most likely above the reservoir, and rework grades of borrow site and landscape. If amount of borrow is not available on site, work with local area to obtain location and monitor/correct that site as necessary. f. Provide for tie-in of domestic water beyond the pumphouse, and back to the FH tie in point, complete with valve. Provide new water hydrant on site. Provide fire protection service with tamper proof monitored post indicator valve. Work with local utility company to accomplish natural gas tie-in and secure tap fees on the construction documents. PART 2 DESIGN AND CONSTRUCTION STANDARDS 2.1 GENERAL a. In the development of submissions AE firm shall utilize certain VA and other design and construction criteria. The design is not limited to these items and should be the result of compliance with applicable codes and standards, the user requests, and AE creativity: VA Design and Construction criteria in the Technical Information Library (TIL), including planning, design, and construction items such as: Design Alerts, Design and Construction Procedures, Design Guides, Design Manuals, Equipment Guide List, Master Construction Specifications, Room Finish and Door Hardware Schedule, Space Planning Criteria, etc. The Joint Commission Organization Accrediting Healthcare systems requirements shall be considered. NFPA Codes including, but not limited to: NFPA 101, Life Safety Code; NFPA 99, Healthcare Facilities; NFPA 70, National Electrical Code (NEC) Compliance to all known applicable codes shall be reflected in the completed design and construction contract documents. National Elevator Code b. Resolve conflicting criteria with VA. c. VA continually updates information in the Technical Information Library (TIL) used in project design. AE shall review the guidelines in the TIL and incorporating the applicable criteria into the design and construction documents. The following section, Access to VA Standards, provides World Wide Web addresses for the TIL and commonly used VA standards and references. The VA will shortlist the firms utilizing the SF330 form and interviews will be conducted with at least 3 firms based on the outcome of the scoring. Selection criteria will be in accordance with the Brooks Act, FAR 36.6 and VAAR 852.236.6, which will include at a minimum: 1.) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICE. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, 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. 30 Points 2.) SPECIALIZED EXPERIENCE WITH HEALTHCARE FACILITY RELATED DESIGNS, CIVIL ENGINEERING TYPE PROJECTS, COMPLEX ELECTRICAL AND MECHANICAL EXPERIENCE, AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED. Provide a detailed narrative of up to 8 (maximum) relevant projects completed within the last 5 years that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract. 20 Points 3.) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULE. Discuss 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 know documentation exists, so state. Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number. Provide copies of awards and letters of appreciation/commendation as desired. 20 Points 4.) ORGANIZATION, MANAGEMENT, AND QUALITY CONTROL. Discussion of the firms organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firms approach to design and project management. Document the firms ability to handle projects with multiple end-users and complex requirements. Describe the teams organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. 15 Points 5.) CAPACITY to accomplish the work in the required time. Submission requirements for the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $150,000 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. 10 Points 6.) LOCATION IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT (WITHIN 500 MILES) AND KNOWLEDGE OF THE LOCALITY OF THE PROJECTS. Describe and illustrate the teams knowledge of design approaches, construction materials, codes/ordinance costs and other conditions unique to the geographic area related to the contract for which the submittal is being made. 5 Points Submission Requirements: Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, VISN5 Network Contracting Office, 1540 Spring Valley Drive, Bldg 8, Huntington, WV 25704, Attn: Katrina Chapman. Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) and one (1) CD of Parts 1 and II no later than 4:00 pm Eastern Standard Time on May 4, 2018. Hard copies shall be in binders. The SF330 can be found on the GSA forms website www.gsa.gov. Submissions by electronic/fax means are NOT permitted. All questions are to be sent via email to katrina.chapman@va.gov no later than 4:00 pm Eastern Standard Time on April 24, 2018. Potential contractors must be registered in SAM (www.sam.gov) and visible and certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet number, Tax ID Number, the email address and phone number of the primary point of contact, and a printed copy of the firms Vetbiz Registry. This is a Service Disabled Veteran Owned Small business set aside. NAICS Codes: 541310, Size Standard is $7.5 million and 541320, Size standard is $7.5 million. This is not a request for proposal nor will a solicitation package or bidder/plan holder list be issued. There are no solicitation documents available. This procurement is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HuVAMC/VAMCCO80220/36C24518R0144/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24518R0144 36C24518R0144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226497&FileName=36C24518R0144-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4226497&FileName=36C24518R0144-000.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: Department of Veterans Affairs;Huntington VA Medical Center;1540 Spring Valley Drive;Huntington, wV
Zip Code: 25704
 
Record
SN04888999-W 20180415/180413230720-584b63b645e3523227891e7981ceed68 (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.