SOURCES SOUGHT
C -- 630-15-106 CORRECT ACCESSIBILITIES PHASE I *THIS IS A CORRECTED SOURCES SOUGHT NOTICE* *EVALUATION FACTORS HAVE BEEN UPDATED*
- Notice Date
- 4/4/2019
- Notice Type
- Synopsis
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
- ZIP Code
- 14424
- Solicitation Number
- 36C24219R0093
- Response Due
- 5/6/2019
- Archive Date
- 8/4/2019
- Point of Contact
- 716-253-3958
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Sources Sought Notice for the following services related to the Correct Accessibilities PH I Project No.: 630-15-106, at the New York Harbor VAMC- Manhattan Campus. Project Scope: Provide A/E professional services to prepare a schematic design for the Correct Accessibilities PH-1 (630-15-106) project. The intent of this project is in part to correct certain accessibility deficiencies as listed in the facility FCA Deficiency Report as tabulated in the attached, below, spreadsheet entitled: Accessibility Deficiencies (and other improvements), which includes other improvement items not listed in the FCA Deficiency Report. In addition to correcting deficiencies this project is intended to upgrade architectural elements of common spaces in the facility to provide a modernized, improved, appealing and accessible environment for the benefit of the veterans. These common spaces include but are not limited to the main entrance and lobby, and bathrooms throughout the facility. Specific description of work includes but it not limited to cosmetic renovation, demolition, gut renovations for ADA compliance standards to include bathroom and common areas, and door upgrades with ADA and ABAAS door levers. These FCA deficiencies and other improvements are located in Buildings 1 (Main Hospital Building), 3 (Annex Building) and 6 (Out Patient Clinic) at the VAMC New York Campus at 423 East 23rd Street, New York Submissions shall comply with the AE submission instruction for minor and NRM Construction programs Program Guide PG-18-15, volume C. This design shall be in accordance with VA standards and design manuals. This design shall include all site investigation and other preliminary design work sufficient to award a Design Development and Construction Documents Contract without any further Schematic Design, feasibility or other investigation. This effort shall be a complete Design sufficient to proceed directly to a Design Development and Construction Documents Contract. The following evaluation criteria will be used during the A/E selection process: 1. Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 2. 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. 3. Capacity to accomplish the work in the required time. 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules 5. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The applicable NAICS code is 541310. This acquisition for design services will be a 100% set aside for service disabled veteran owned small business concern (SDVOSB). All SDVOSBs must be verified by the Office of Small and Disadvantaged Business Utilizations Center for Veterans Enterprise (CVE) through www.vetbiz.gov before award. SDVOSB firms desiring consideration must have a working office located within 300 miles of the Manhattan, New York city limits and be licensed in New York State. All interested SDVOSB A/E firms are invited to submit Standard Form 330, Architect Engineer Qualifications and for any consultants, on SF 330 Extra Sections E and F. Standard form 330 can be obtained at the following web site: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6. The estimated construction cost for this project is $1,000,000 to $5,000,000. The NAICS code for this procurement is 541310 and small business size standard is $15.0 million. Responses must be received by 4:30 PM, May 6, 2019. Electronic submission of SF 330 s is preferred; email completed SF330 s to Emily.Lindsey2@va.gov Subject Line: 36C24219R0093 SF330. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-APR-2019); 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/CaVAMC532/CaVAMC532/36C24219R0093/listing.html)
- Place of Performance
- Address: New York Harbor Healthcare;Veterans Affairs Medical Center- Manhattan Campus;423 East 23rd St.;New York, NY
- Zip Code: 10010
- Country: USA
- Zip Code: 10010
- Record
- SN05271185-F 20190406/190404230024 (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 |