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
SOLICITATION NOTICE

C -- Project #667-19-101; Tuckpoint Building 1, Main Hospital

Notice Date
7/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
36C25619R0105
 
Response Due
8/28/2019
 
Archive Date
11/26/2019
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation No. 36C25619R0105 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 implemented 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 541310 Architectural Services and the applicable Small Business Size Standard is $7.5M. The area of consideration is RESTRICTED to a 500 mile driving 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 driving 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). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. 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 and the Vendor Information Pages database at http://www.va.gov/osdbu 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 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active. Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award 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. c. 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 $2,000,000 and $5,000,000. 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 Overton Brooks VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) Short Selection Process for Contracts Not to Exceed the Simplified Acquisition Threshold and the selection report shall serve as the final selection list which will be provided directly to the Contracting Officer. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (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 (500 miles); (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. 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 (July 2016-deviation). All original Standard Form (SF) 330 packages shall be submitted to: All original Standard Form (SF) 330 packages and Narrative Information shall be submitted as four (4) hard copies [as mentioned below in paragraph d] to: Alexandria VA Health Care System NCO 16 - ATTN: Kaitlyn West RE: AE Solicitation - 36C25619R0106 510 E. Stoner Ave Shreveport, LA 71101-4295 Only one (1) CD of the SF330 full submittal package as a single pdf file [as mentioned below in paragraph d] shall be submitted to: Gulf Coast Veterans Health Care System NCO 16 - ATTN: Charles Powell RE: AE Solicitation - 36C25619R0106 400 Veterans Ave, Bldg. T102, Rm A112 Biloxi, MS 39531-4210 (c) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25619R0105. 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. IMPORTANT: All submissions shall be in black and white (no color of any type) and shall be on loose leafed pages. NO color submissions and NO binders of any type. (d) 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, to the above address no later than 4:00 P.M. (CST) on Friday August 22, 2019. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (e) 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: Design the Tuckpointing and Weathering of the Building Envelope for the Main Hospital, Bldg. #1 Project No. 667-19-101 Overton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LA 71101 A. General Information A 1.0 Project Background, Description and Scope of Work Overton Brooks VAMC has a requirement to design the weatherproofing of the building envelope of the Main Hospital., Bldg. #1 (basement thru the 12th floor). All brick faced elevations, cap stones, window and decorative sills, underside of cantilevered roofs, metal trim and louvers shall be cleaned and evaluated for repairs to preclude any water penetration of the building envelope. Weatherproofing shall address but not be limited to: remove and replace loose/deteriorated mortar (tuckpoint); remove and replace broken/spalled bricks and /or cap stones; remove/repair rusted reinforcing/support metal products; replace/redesign flashing, terminal strips and facia; remove and replace sealant around the frames for doors, windows, louvers, fans etc.; constructing expansion/construction joints in existing walls; installation of weeps in existing walls; install new flashing into existing walls in accordance best practices for flashing in brick veneer walls; remove and replace old sealant at horizontal and vertical cast in place and brick wall intersections; clean (sandblast if needed) and paint all exterior attachments (conduits, downspouts, lintels, stairs, hand/guard rails, mounting/support structures); paint/cementitious coat the wall area behind the old cooling tower on the 10th floor; repair all brick penetrations (screw holes etc.); repair/replace damaged brick in the basement level wall, South Wing (facing Lot 8); Construct a 40 inch high brick veneer wall along the Southside of the East Wing (Ground Level) and back fill to drain away from the building; remove and replace brick screen wall on North side of the West Wing (around HVAC); remove and replace low concrete area between MRI entrance and the North Stair Tower; coat sidewalk (water proof joint) along the North side of the new ER; create a way to keep water away/ out of the surface joints at the ER entrance (ie. Remove/replace joint sealant, direct water away from the area.) Regrade sodded, flower beds, and mulched areas adjacent to the building to make water flow away from the building; install splash blocks at downspouts. The mortar color for tuckpointing shall match the existing/adjacent mortar. Mortar for brick repair shall match the brick color. Sealant color shall match the dominant surrounding color. All surface areas adjacent to the base of the building shall be graded to slope away and remove water from the base of the building. The Design Team shall select and design compatible materials and systems. Provide proper detailing of similar and dissimilar material junctions and terminations. Use specific products that can function together to provide the ability of the composite envelope systems to function together during weathering cycles. Inspect these details during construction PERIOD OF PERFORMANCE The delivery date for this contract shall be 270 days from Notice to Proceed. Performance time to include VA review of each submission as identified. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 TERMS OF THE SOLICITION The term responsibility, used in the instructions that follow, included architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP. It is the responsibility of the Design Offeror of A/E to provide complete Design Documents (drawings and specifications) for a fully functional project Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning project as outlined. The terms Design Team, Design Offeror, or A/E refers to the successful design team. The design team shall consist of a CVE verified Service-Disabled Veteran-Owned Small Business architectural/engineering firm and all associated consultants and subcontractors. The term Design Team or engineer refers to registered Architects and Engineering professionals licensed/registered. The terms work and project refers to the all site investigation, site survey, calculations, testing and design for documents to construct the subject project. The term VA refers to the United States Department of Veterans Affairs and the term OBVAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. The VAMC Coordinator or COR (Contracting Officer s Representative) for this project is; Archie Lanham at 318-990-4721, archie.lanham@va.gov The CO (Contracting Officer) for this project is TBD. QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions the firm will take during the design process to ensure a quality finished design is achieved. COST ESTIMATE A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. Emphasis shall be placed on cost and scope management. The design shall be within the project construction budget and be consistent with the identified project scope. The development of construction documents by the Design Team shall include deductive alternates, up to 20% of the project cost estimate. DRAWINGS This project will utilize AutoCAD, version 2017 and BIM. All VA design guides and requirements can be found online at: http://www.cfm.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent shall govern. SITE AND TOPOGRAPHY SURVEY The A/E shall perform a survey of exterior and interior wall surfaces and connections (brick, caps, sills, doors, window and roof joints/connections, etc.). The Design Team shall investigate this building and propose repair(s) to make the building envelope water and weather tight, along with the pro s and con s. VA leadership will make a final selection (areas and repairs thereto). The A/E shall provide the necessary professional services and equipment to conduct a complete site (Bldg. #1) survey, per attachment, to identify all areas needing repair/replacement on this building. This cost of this shall be included in the A/E s cost proposal. GEOTECHNICAL SURVEY Not Used UTILITY SURVEY Not used FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittal starting with the 50% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating the FINAL plans and specifications are in compliance with the current LSC and NFPA codes. SEISMIC DESIGN In accordance with the VA s manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being Low (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is not required. PHYSICAL SECURITY & BLAST DESIGN The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected Facilities. HANDICAP ACCESSIBILITY The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 (Barrier Free Design Guide) in all areas. LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) The project will be designed to the LEED Silver level. COMMISSIONING Will be required as applicable to the project. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL) to be used for this project, as applicable: PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-5 Equipment Guide List Seismic Design Handbook PG-18-9 Space Planning Criteria PG-18-10 Design Manuals (by discipline) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Guides PG-18-14 Room Finishes, Door and Hardware Schedules PG-18-15 Minimum Requirements for A/E Submissions (Included as Attachment A) PG-18-17 Environmental Compliance Manual H-7545 VA Cultural Resource Management Physical Security Design Manual for VA Facilities, Life-Safety Protected. DESIGN SUBMISSIONS/DELIVERABLES: Will be in accordance with the A/E Submission Instructions for Minor and NRM Construction Programs; PG-18-15, Volume C. SEE ATTACHMENT A. CONSTRUCTION PERIOD SERVICES (CPS): AE shall provide full post design services construction period service IAW the Special Provisions of this contract. PRE-AWARD: CPS s to include assistance with questions, request for information (RFI s), meeting conference calls, clarifications and addendums during the construction solicitation phase. POST-AWARD: CPS s also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, inspections, reviewing and responding to RFI s and review/coordination of contract modifications/change orders. Designing and estimating of design omissions. POST-AWARD SITE VISITS: CPS s shall also include a minimum of 8 Site Visits during the construction phase of the project. Type and discipline of site visit shall be determined at the time of need by the COR. ASBUILTS: AE shall also incorporate contractor s as-builts/redline drawings on AutoCAD (2017) binded & BIM and provide both electronic (two CD s clearly labeled) and hard copy sets. Hard copy sets of as-built drawings shall consist of two 22 x34 size sets, five 17 x22 size sets and two 11 x17 size sets. 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/BiVAMC/VAMCCO80220/36C25619R0105/listing.html)
 
Place of Performance
Address: Overton Brooks VA Medical Center;510 E. Stoner Avenue;Shreveport, LA
Zip Code: 71101
Country: United States
 
Record
SN05365754-F 20190712/190710230057 (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.