Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

C -- 626-20-1-4271-0001 - 626-20-102 - AE Renovate Ward 3 South

Notice Date
12/11/2019 3:22:01 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920R0026
 
Response Due
1/10/2020 8:59:59 PM
 
Archive Date
03/10/2020
 
Point of Contact
William Blassingame / Shawn HendricksContracting Officer615-225-6409
 
E-Mail Address
shawn.hendricks@va.gov
(shawn.hendricks@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
DESCRIPTION: This is a Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Nashville Campus of the VA Tennessee Valley Healthcare System, 1310 24th Avenue South, Nashville, TN 37212. This requirement is being 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. Magnitude of Construction is between $5,000,000 and $10,000,000. Interested firms should submit their current SF-330, Parts I and II, to william.blassingame@va.gov and shawn.hendricks@va.gov.* THE SF-330s ARE DUE NO LATER THAN 2:00 P.M. CENTRAL STANDARD TIME (CST), FRIDAY, JANUARY 10, 2020.SCOPE OF WORK: The contractor will provide architectural and engineering services to provide complete contract drawings, specifications, technical reports, cost estimates, and construction period services for ""Renovate Ward 3 South at the Nashville Campus of the VA Tennessee Valley Healthcare System, 1310 24th Avenue South, Nashville, TN 37212.Work includes Design Development, requiring the AE to make site investigations necessary to thoroughly evaluate the project area. Construction Documents accomplish from the approved design development from findings in the site investigations and the development of the construction estimates and reviews per Schedule B Special Provisions. AE shall provide As-Built Drawings from information provided by the contractor of construction. The AE shall provide Construction Period Services to adequately support the VA on supervising the construction contract on daily basis, to include review of submittals, advice and consultation on questions, sketches and cost estimates and provide adequate representation on Pre-Bid and Pre-Construction questions. AE shall provide representatives to make periodic scheduled site visits during the construction as requested by VA and Pre-Bid and Pre-Construction of this project. A/E shall develop all demolition, architectural drawings and specifications and provide a detailed construction cost estimate. A/E firm shall comply with NFPA, NEC and Life Safety Codes, VA Design Criteria, construction standards and other required construction documents for the development this design.All aspects of the design must adhere to Design shall be in accordance with the most current VA Design Manuals and Master Construction Specifications located in the Technical Information Library (TIL) on the Office of Construction & Facilities Management (CFM) website, www.cfm.va.gov/TIL. A/E shall review any design alerts and ensure design submissions follow applicable requirements of VA Program Guide PG-18-15, Volume C, A/E Submission Instructions for Minor and NRM Construction, please verify that the most current version is being followed. Also, A/E to review and follow all criteria for design and project development that is located in Office of Construction & Facilities Management (CFM) website, www.cfm.va.gov/TIL. The design must, as a minimum, be in accordance with all applicable codes (NEC, IECC, JCAHO, OSHA, DEQ and EPA) and Department of Veterans Affairs (VA) PUBLICATIONS (Master Construction Specifications, Construction Standards, etc.).Work includes professional design services of Architects, Mechanical, Electrical, Industrial Hygiene, Structural, and Plumbing Engineers. Design includes, but not limited to, demolition, architectural, mechanical, plumbing, electrical, industrial hygiene, and fire protection.The NAICS code for this project is 541310 Architectural Services. The current small business size standard for 541310 is $8 million.OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA:The submitted SF330s will be evaluated on the following criteria:This acquisition will be in accordance with FAR Part 36.602-1 and VAAM Part M836.602-1. The following evaluation criteria will be used to evaluate SF 330 technical proposals:EVALUATION CRITERIA ARE LISTED IN DESCENDING ORDER OF IMPORTANCE. SPECIFIC EVALUATION CRITERIA INCLUDE:1. Specialized experience and technical competence in the type of work required, including, where appropriate, specialized experience is designing hospital wards2. Professional Qualifications necessary for satisfactory performance of required services.3. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.4. Capacity to accomplish the work in the required time.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. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services.SELECTION INTERVIEW: Interviews shall be scheduled with the top 3 firms rated as the most highly qualified. The 3 firms chosen for discussions/interviews may be asked to explain or expand on information contained in the SF330 submittal. Specific questions/criteria will be provided prior to the scheduled discussions/interviews so that each offeror can tailor their presentation to address that specific information.NOTE: The team that the offeror proposes for the project shall not be changed or modified after award without prior approval from the Contracting Officer. REQUIREMENTS FOR ELECTRONIC SUBMISSION:All electronic offers, and any supplemental information (such as spreadsheets, backup data, technical information), shall be submitted using any of the electronic formats and media described below.Acceptable Electronic Formats: (Software) for Submission of OffersFiles readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint, or Access. Spreadsheet documents must be sent in a format that includes all formulas, macro, and format information. Print or scan images of spreadsheets are not acceptable. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files)Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater.Other electronic format. If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. Please note that we can no longer accept .zip files due to increasing security concerns.E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers.Subject Line: Include the solicitation number. Use only the term Offer on the solicitation type. Size: Maximum size of the e-mail message shall not exceed five (25) megabytes and the SF330 will not exceed fifty (50) pages. Only one email is permitted unless otherwise stated in this solicitation or in writing by the Contract Officer submitting the solicitation.Unless approved by the contracting officer: DO NOT submit a link to your PDF documents. Please submit your request in an email for other electronic format at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and ensure you receive approval of the alternate format before using it to send your offer.The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission.Security Issues, Late Bids, Unreadable OffersLate submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3). Particular attention is warranted to the portion of the provision that relates to the timing of submission. Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Parts 14.406 and FAR 15.207(c ). The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable.Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals.Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Verification and Evaluation prior to contract award. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz prior to contract award will result in the offeror s proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so.* In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail.852.219-10 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 non-manufacturer 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3bd57aca6204446ab85d4e22c2a0d8b4/view)
 
Place of Performance
Address: Department of Veterans Affairs;Alvin C. York VA Medical Center;1310 24th Avenue South;Nashville TN 37212, USA
Zip Code: 37212
Country: USA
 
Record
SN05513833-F 20191213/191211230303 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.