Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2018 FBO #6090
SOLICITATION NOTICE

C -- A/E DESIGN PROJECT 667-18-111: Abate Central Chase/Replace Fire Main

Notice Date
7/25/2018
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ALEXANDRIA VA HEALTH CARE SYSTEM;NETWORK CONTRACTING OFFICE 16;ALEXANDRIA VA HEALTH CARE SYSTEM;2495 Shreveport Hwy, 71N;PINEVILLE, LA 71360
 
ZIP Code
71306-9004
 
Solicitation Number
36C25618R0791
 
Response Due
8/27/2018
 
Archive Date
12/4/2018
 
Point of Contact
PINEVILLE, LA 71360
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 4 CONTRACT INFORMATION: General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implement in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $15M. The area of consideration is RESTRICTED to a 500 mile radius of the Overton Brooks VA Medical Center, 510 E. Stoner Avenue, Shreveport, LA 71101-4295 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. Note: The 500 mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000.00 or more) Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The magnitude for construction (not design) of this project is between $1,000,000 and $2,000,000. SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Alexandria Health Care System Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. Professional qualifications necessary for the satisfactory performance of required services; (FAR 36.602-1 (a)(1)) provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning and cost estimating. 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; (FAR 36.602-1 (a)(2)) Capacity to accomplish the work in the required time; maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. (FAR 36.602-1 (a)(3)) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications) (provide no more than five (5) recent projects); Location in the general geographical area of the project and knowledge of the locality of the project (within 500 miles); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (FAR 36.602-1 (a)(5)) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (VAAR 36.602-1 (b)(1)) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (VAAR 36.602-1 (b)(2)) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (VAAR 36.602-1 (b)(3)) SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted to: Alexandria VA Health Care System Network Contracting Office (NCO 16) ATTN: Gina Roach, Contracting Officer 2495 Shreveport Highway, 71N Room 212A Pineville, LA 71360 (1) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25618R0791. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. (2) Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address no later than 1:00 P.M. (CST) on MONDAY AUGUST 27, 2018. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (3) Interested firms shall address each of the Eight (8) Selection Criteria in their SF 330 s and additional documents/submittals. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. Project Information: DEPARTMENT OF VETERANS AFFAIRS HEALTH CARE SYSTEM Alexandria, Louisiana DESIGN SCOPE OF WORK Abate Central Chase/Replace Fire Main Project #667-18-111 Overton Brooks VA Medical Center, Shreveport, LA The Architectural/Engineering Consultant (A/E) shall provide all architectural and engineering services necessary to prepare complete contract documents consisting of specifications, drawings, and any other documents for bidding purpose and AE construction period services for services for preparation of construction documents, cost estimates and other items as indicated to accomplish the remove all the asbestos in the central pipe chase (subbasement to twelfth floor) and to replace the fire main riser in the main hospital, Building 1, Overton Brooks VAMC, Shreveport, LA. The central pipe chase and fire main traverses through all floors of the hospital. **************************Special Notice************************************* In accordance with FAR 36.608 Liability for Government costs resulting from design errors or deficiencies. Architect-engineer contractors shall be responsible for the professional quality, technical accuracy, and coordination of all services required under their contracts. A firm may be liable for Government costs resulting from errors or deficiencies in designs furnished under its contract. Therefore, when a modification to a construction contract is required because of an error or deficiency in the services provided under an architect-engineer contract, the contracting officer (with the advice of technical personnel and legal counsel) shall consider the extent to which the architect-engineer contractor may be reasonably liable. *************************************************************************** Provide Architect/Engineer professional services to include design development, construction documents, specifications, cost estimates, construction period services and construction site visits. Overton Brooks VAMC has a requirement to remove all the asbestos in the central pipe chase (subbasement to twelfth floor) and to replace the fire main riser in the main hospital, Building 1, Overton Brooks VAMC, Shreveport, LA. The central pipe chase and fire main traverses through all floors of the hospital. The design shall be in accordance with (IAW) the latest version of all applicable VA Design Guidelines and Space Planning Criteria. The completed design shall include, but not limited to, the following systems:. Life Safety, Architectural, Mechanical, Electrical, Plumbing, Structural, Controls, Communications, Specialty Work, Asbestos Abatement and Fire Alarms/Protection. All asbestos containing material in this scope of work shall be abated and pipes reinsulated. Existing 6 Fire Sprinkler Standpipe system shall be replaced from the 1st floor to the 12th floor and to the control valves for each floor. New system shall include, but not limited to, new control valves at each floor, approved fire cabinet enclosure or with an access panel at each floor (fire rated). All chase penetrations or existing breeches are to be sealed per NFPA requirements. New Fire rated chase access doors are to be installed at each floor. Any items or systems determined to be abandoned or no longer required shall be identified to be removed and capped or terminated. The design shall also incorporate proper construction phasing of work with time limitations. Access and continued function/operation of adjacent occupied spaces (above, below and beside) shall be considered within the construction phasing plan to minimize the overall impact and disruptions generated by the construction activities. This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits. PERIOD OF PERFORMANCE The delivery date for this contract shall be 200 days from Notice to Proceed. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUL-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AlVAMC502/AlVAMC502/36C25618R0791/listing.html)
 
Place of Performance
Address: Overton Brooks VA Medical Center;510 E. Stoner Avenue;Shreveport, LA
Zip Code: 71101
Country: USA
 
Record
SN05006368-F 20180727/180725230817 (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.