Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2019 FBO #6356
SOURCES SOUGHT

C -- 528A4-20-201 DESIGN BUILDING 5 RENOVATION AT BATAVIA VAMC.

Notice Date
4/17/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24219R0088
 
Archive Date
7/25/2019
 
Point of Contact
585-297-1460 x72453
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a Sources Sought-Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Batavia VA Medical Center, 222 Richmond Avenue, Batavia, NY 14020. This requirement is 100% set-aside to Small Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for the Design Building 5 Renovations, Project# 528A4-20-204. The area of consideration is restricted to firms with offices and key personnel to be assigned to the design located within a 400-mile radius of the Batavia VAMC site as indicated by a mapquest.com driving directions search from the prime designer s address listed. The address of the prime designer can be the main office address listed in Vetbiz, or a secondary, staffed location with a physical address (no PO Box). It may not be the office of another company or subcontractor. Written questions pertaining to this requirement should be submitted no later than 4:00 PM. Eastern Time, May 1, 2019. Interested firms should submit their current SF-330, Parts I and II, to Martin.McPherson@va.gov. The SF-330s are due no later than 4:00 PM, EDT, May 17, 2019. GENERAL The Architectural and Engineering Firm (hereafter referred to as A/E) shall provide Parts 1 (Design Services), Part 2 (Construction Period Services) associated with the development of drawings and specifications for the Building 5 Renovation at the Batavia Campus, VA Western NY Healthcare System (VAWNYHS) Batavia Campus, 222 Richmond Avenue Batavia, NY 14020 (hereafter referred to as Batavia VAMC). These services shall include developing all drawings, specifications, phasing/impact on medical center, and comprehensive construction cost estimate necessary for all required work. The period of performance for Part 1 services is 300 calendar days. The estimated construction cost for the project is between $5,000,000 and $10,000,000. The A/E is responsible for the development of an independent construction estimate for construction bidding. The A/E shall advise the Contracting Officer (hereafter referred to as CO) in writing if the anticipated cost of the project is considerably different from the government estimate. Access to the VA shall be coordinated through the VA Contracting Officers Representative (hereafter referred to as VA COR). PROJECT DESCRIPTION This project shall be designed and developed in three (3) total phases. Phases 1 and 2 shall be completed concurrently in construction to prepare to vacate the staff and inpatients in Building 5 to be renovated during Phase 3. The 3 phases of this project are critical to be designed and executed for construction to meet the needs of the facility. Phase 1; Provide a design to renovate A-Ward (Liberty Hall) for the men of the PTSD Rehabilitation Center. This is where the Veterans will live and sleep. Refer to Liberty Hall Drawing(s) attached. The Veterans will live in A Ward for the duration of Phase 3 (Building 5 Renovation). Phase 2; Renovate Building 3 and or the main corridor of building 1 of the ground floor to provide offices / clinical areas to support Building 5 medical staff that provides treatment for the men s PTSD center. The renovations for phase 1 and phase 2 will be to provide functionality and a cosmetic facelift to quickly move staff to vacate Building 5 for renovations. The clinical staff will remain in Building 3 and Building 1 for the durations of Phase 3 (Building 5 renovation). Phase 3; Provide a design to completely renovate Building 5 basement to 3rd floor so that the Veterans and the medical stall will re-occupy the building on ALL floors to live and to work. Currently Building 5 consists of the following on each floor; Basement; mechanical and electrical systems (including the piping crawl space). 1st Floor; offices, main lobby, kitchen and dining hall, group rooms and facility systems services support. 2nd Floor; offices, group rooms and facility systems services support. 3rd Floor; living quarters for the Veterans. The intent for Phase 3 is to completely demo the entire building down to the structural systems of building 5 for the basement through 3rd floor. Renovate to new current VA standards for clinical support and VA living quarters for the Veterans. Currently the men s PTSD program shares rooms with other Veterans. The women s living quarters were build brand new and each woman has their own bedroom / bathroom and the VA would like to give the men the same standard of living that the women currently have. The Building 5 renovations has the intent of delivering the following conditions including but NOT limited to; Sleeping rooms with either private or semi-private (Jack and Jill) bathrooms for the men. Approximately 17 private offices for clinical private sessions between counselor and the Veteran. Group rooms for Group therapy. Renovated Dining Hall and Kitchen with updated cooking facilities. The kitchen stove must be protected with an Ansul fire protection system. Space for TV and other leisure activity such as pool or ping pong for the Veterans. Updated HVAC systems (the space is currently not Air Conditioned, and it is very hot in the summer). SCOPE OF WORK: PART 1 Services The A/E scope of work for PART 1 (Design Services) shall include, but is not limited to the following: The A/E shall conduct intense, on-site design sessions/meetings. The A/E team shall work closely with key VA staff to develop the schematic design for the project. The schematic design is an iterative process where the A/E obtains client input, refines the design, and then presents the updated design for client feedback/approval. The Contractor shall assess existing systems for adequacy and incorporate VA comments for their improvement. The A/E shall conduct field investigation as necessary to confirm routing of existing utilities and constructability of the concepts. The goal of the schematic design is to obtain VA approval of a basis of design for the project and finalize, or freeze critical design parameters, including: Plans (functional layouts); Equipment List and Layouts; Construction Estimate; and Design and Construction Schedules. The design shall be based off current codes including but not limited to (as applicable): VA Fire Protection Design Manual (6th Edition or current edition), National Fire Protection Agency, National Electric Code, The Joint Commission, OSHA, American National Standards Institute, American Society of Heating Refrigeration and Air Conditioning Engineers and any other codes. Refer to the VA design guidebook and specification from the Technical Information Library www.cfm.VA.gov/til. AE Evaluation Criteria OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF-330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.602-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (7) are considered most important and equal among themselves; Criteria (8) is of slightly less importance than (1) through (7), but slightly more important than Criteria (9), which is the least important listed in descending order of importance. Specific evaluation criteria include: Specialized experience and technical competence in the type of work required, including but not limited to a complete design of a dormitory style facility with clinical offices and cooking facilities. Specific Technical Experience pertaining to mechanical / HVAC, electrical / data, fire protection or any other system included in a dormitory style facility.   Examples could include but are NOT limited to instantaneous water heaters, ducted air handing systems, steam heat including zoned VAV re-heating systems and wireless internet. Professional Qualifications necessary for satisfactory performance of required services and specific experience and qualifications of the individual personal assigned to the project. Capacity to accomplish the work in the required time. 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. Past performance on similar design projects. Headquarter location within a 400-mile range of Batavia, NY. List of Attachments See attached document: S02-Past Performance Questionnaire. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-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/VAWNYHCS528/VAWNYHCS528/36C24219R0088/listing.html)
 
Place of Performance
Address: Batavia VA Medical Center;Building 5;Attn: Martin Brothers;222 Richmond Avenue;Batavia, NY
Zip Code: 14020
Country: USA
 
Record
SN05284530-F 20190419/190417230028 (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.