Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOURCES SOUGHT

C -- A/E SERVICES FOR RENOVATION OF BUILDING 13 AB FOR RESIDENTIAL PROGRAMS AT FDR

Notice Date
7/10/2019
 
Notice Type
Synopsis
 
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
36C24219Q0904
 
Response Due
8/12/2019
 
Archive Date
11/19/2019
 
Point of Contact
Michael Giaquinto
 
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 620-18-203 RENOVATION OF BUILDING 13 AB FOR RESIDENTIAL PROGRAMS AT FDR at the VA Hudson Valley Healthcare System, Montrose Campus, 2094 Albany Post Road, Montrose, NY 10548 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 October 30, 2019. 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 48 CFR 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 VA Hudson Valley Healthcare System, Montrose Campus, 2094 Albany Post Road, Montrose, NY 10548. 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 SCOPE OF SERVICE REQUIRED 1. Scope: The objective of this acquisition is for the planning, design and construction management for the renovation of the second floor of Building 13 Ward AB, otherwise known as 13 AB, to provide living accommodations for Veterans diagnosed with PTSD. The goal is to use the space to provide a 100% ADA Compliant design that meets the VA Domiciliary design criteria for the Post-Traumatic Stress Disorder Residential Rehabilitation Program. The above listed documents in combination with the VA Technical Information Library (TIL) are intended to provide the standards to the AE for the baseline of this renovation which will provide a 24 hours per day, 7 days per week, (24/7) structured and supportive residential environment as a part of the rehabilitative treatment regime. The approximately 17,300-square foot renovation shall include a minimum of: 24 ADA compliant individual patient quarters consisting of bedroom and bathroom 10 ADA compliant offices for medical professionals to meet with patients 3 ADA compliant group rooms o At minimum, 1 group room must be large enough to accommodate all patients and staff together 1 ADA compliant galley-style kitchen 1 nursing station (designed with the expectation that it will be staffed 24/7) 1 waiting area/lounge 2 ADA compliant visitation rooms 2 staff bathrooms 1 staff breakroom 1 public bathroom 1 Pyxis MedStation medication storage room 1 laundry room 1 soiled linen room 1 clean linen room Provide A/E Services which outlines the Design submission phase services and Construction phase service requirements for the renovation of Building 13 AB for Residential Programs at FDR. This project includes the review and field verification for completeness of existing record drawings and other contract documents for preparation of new As-built drawings. The AE shall then utilize the new As-built drawings to develop a new set of Contract documents (Drawings and Specifications). Coordination with the client shall be required for any equipment layout modifications to complete the project design. Perform work specified herein and comply with the VA s design guide PG 18-12 for Mental Health Facilities, in addition to applicable design guides, regulations, procedures and conditions for work at the medical center and any applicable codes as per requirements of all governing agencies within and outside of the VA requirements. Work shall include: General Requirements: a. Life safety panels are to be energized and functional always. Interruptions of power to hospital is to be coordinated off hours with no impact to patient care. b. Provide a design for new electrical upgrade (if required) meeting explosion-proof requirements, along with any other impacted utility service for a complete installation. c. A preliminary engineering report shall be submitted along with plans to all agencies with the 35% preliminary plans. The package must be reviewed and approved in full before the 65% preliminary plans will be considered complete. i. Preliminary engineering report shall include a minimum of three (3) different proposed conceptual designs for review and approval by VA. d. A final engineering report shall be submitted along with plans to all agencies with the 65% Working Drawing. The package must be reviewed and approved in full before the 100% Working Drawings will be considered complete. e. The Architect will be responsible for all necessary coordination, meetings, and submissions as required. f. Project Documents shall include, but not be limited to: i. All required submissions listed in the VA A/E Design Submission Requirements (PG-18-15), which can be found here: http://www.cfm.va.gov/contract/ae/aesubmin.doc ii. All deliverables as outlined in the document labeled Supplement B that is included in this solicitation (preliminary and construction documents including drawings and specifications). iii. All calculations and reports as outlined in the VA HVAC Design Manual iv. Cost estimates for Construction v. Site visit reports for design reviews and field investigations. g. The AE Firm shall provide a survey to identify any possible asbestos, lead, and PCB hazards in work areas. This evaluation will be done by a qualified NYS licensed Certified Industrial Hygienist (CIH) to perform asbestos abatement and lead abatement for the project. These tasks are outlined in the Supplement B document of this solicitation. Monitoring and verification of work shall be provided in the construction period services. h. Modification of Fire suppression system in accordance with all NFPA codes i. HVAC installation in accordance with applicable VA guidelines and all other applicable standards for surgical suites. 3. Performance Monitoring (if applicable). The designated COR will monitor the contract performance and make sure the A/E adheres to VA standards and designated project milestones as well as provide all necessary support required to complete the subject design. 4. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information. The contactor / A/E will be required to undergo a background investigation and will be issued a government PIV flash badge. This procedure is conducted by the C.O.R. and PIV staff. 5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The government will share existing drawings with the selected A/E. This will be coordinated with the C.O.R. 6. Other Pertinent Information or Special Considerations. N/A A. Identification of Possible Follow-on Work. N/A B. Identification of Potential Conflicts of Interest (COI). N/A C. Inspection and Acceptance Criteria. The designated COR will certify the work done under the contract shall be performed to time and standard. Designated COR is also responsible to assure the inspection and acceptance of products provided incidental to services. 7. Risk Control The chosen firm shall provide a phasing and ICRA (infectious control risk assessment) drawing and specifications section. Drawing and specs shall determine vulnerable areas and their pertaining level of risk and methods of infections controls measures. 8. Place of Performance. Place of performance shall be at both VA Hudson Valley Healthcare System, Montrose Campus, 2094 Albany Post Road, Montrose, NY 10548and the selected A/E firm site. Selected A/E firm shall provide several site visits during design and several during construction period services 9. Period of Performance. 320 days from the NTP date, in addition the A/E will provide Construction Period Service. 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: Deliver 35% Preliminary Documents 45 Calendars days from NTP Review 35% Preliminary Documents 59 Calendars days from NTP Deliver 65% Preliminary Documents 89 Calendars days from NTP Review 65% Preliminary Documents 103 Calendars days from NTP Deliver 100% Preliminary Documents. 133 Calendars days from NTP Review 100% Preliminary Documents. 147 Calendars days from NTP Deliver 35% Working Drawings.. 177 Calendars days from NTP Review 35% Working Drawings.. 191 Calendars days from NTP Deliver 65% Working Drawings.. 221 Calendars days from NTP Review 65% Working Drawings.. 235 Calendars days from NTP Deliver 95% Working Drawings.. 265 Calendars days from NTP Review 95% Working Drawings.. 279 Calendars days from NTP Deliver 100% Working Drawings. 309 Calendars days from NTP Review 100% Working Drawings...323 Calendars days from NTP Deliver 100% Bid Documents 333. Calendars 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/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. 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 two (2) 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 required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the 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: Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed 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 CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a 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, Michael Giaquinto via email at Michael.giaquinto2@va.gov prior to the response date. A-Es shall not incorporate by references into their response 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 CPARS and PPQ evaluations shall be attached to the SF330, behind the SF330 Part II document LOCATION The A/E Firm proximity to the VA Hudson Valley Healthcare System, Montrose Campus, 2094 Albany Post Road, Montrose, NY 10548 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. (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 assignment to the project and their record of working together as a team. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL eight (8) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. SUBMISSIONS THAT FAIL TO FOLLOW THE GUIDELINES ABOVE WILL BE CONSIDERED "UNRESPONSIVE" LIMITATIONS VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) (a)Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (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); (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; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (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 service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a 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, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost 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; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if - (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 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 three (3) hard copies and one (1) Compact Disc (CD) which contains digital copies of the SF 330. (which can be downloaded from www.gsa.gov/forms). All packages including Past Performance (CPARS) evaluations shall be submitted no later than 4PM 8/12/2019. All submittals must be sent to the attention of: Michael Giaquinto Room 9B-67 James J. Peters Medical Center 130 W Kingsbridge Road Bronx, New York 10468 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 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 michael.giaquinto2@va.gov telephone inquiries will not be honored. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-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/BroVANAP/VAMD/36C24219Q0904/listing.html)
 
Place of Performance
Address: VA Hudson Valley Healthcare System Montrose Campus;2094 Albany Post Road, Montrose, NY 10548.
Zip Code: 10548
Country: usa
 
Record
SN05364970-F 20190712/190710230021 (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.