Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

C -- Disposition of Building 46 Project 529-14-100

Notice Date
12/12/2019 7:51:53 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420R0007
 
Response Due
1/16/2020 8:59:59 PM
 
Archive Date
04/15/2020
 
Point of Contact
Jeffrey Zbezinski353 North Duffy RoadButler, PA 16001Jeffrey.Zbezinski@va.gov878-271-6636
 
E-Mail Address
Jeffrey.Zbezinski@VA.gov
(Jeffrey.Zbezinski@VA.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Request for SF 330 for Project # 529-14-100 at VA Butler, PAThis announcement is for the selection of an Architect /Engineer Firm to:Provide complete design, construction documents, and construction period services, including cost estimating, coordination, and inspection, for: the disposition of building 46; a standalone five hundred square foot telecommunication room for equipment currently housed in building 46 and the creation of a parking lot in the area currently occupied by building 46. Architect/Engineer services to include:Site investigations - architectural, structural, mechanical, plumbing, civil and electrical (all disciplines).Lead abatement monitoring and sampling.Asbestos abatement monitoring and sampling.Meet with the Integrated Project Teams (IPT) at the designated percent design reviews. After review by VA, develop working drawings and specifications.Cost estimates.Construction period services - review of submissions, provide recommendations regarding contractor change proposals, visit site per VA's request and add to drawings as-built conditions from contractor's record drawings.This announcement is set-aside for firms classified as ""Service Disabled Veteran Owned Small Business"" (SDVOSB ) under NAICS code 541310 Architectural Services. The magnitude of construction for the above referenced project is between $1,000,000.00 and $5,000,000.00. The estimated duration of design document completion is 180 Days from the issuance of the Notice to Proceed. The contract shall remain active through Construction Period Services and requested site visits.This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. The proposed services will be obtained by a negotiated Firm-Fixed Price Contract. Contract Award Procedure: Before a small business is proposed as a potential contractor, they shall be certified by VETbiz and registered in the System for Award Management (SAM) via internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination from further consideration for award. The government will evaluate the SF330s in accordance with FAR 36.602-5 Short selection process since the contract for this project is anticipated not to exceed the simplified acquisition threshold. The SF330 must address identified capabilities that are summarized in 1) through 8). The Professional Qualification and Specialized Experience/Technical Competence factors are more important than the other six factors which are listed in descending order of importance. 1) Professional Qualifications necessary for satisfactory performance of required services: This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Architectural Designer, Electrical Engineers, Mechanical Engineers, and Plumbing. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2) Specialized Experience and Technical Competence in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. Extra consideration may be given for experience in designing projects for Department of Veterans Affairs Facilities. 3) Past performance on contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. 4) Capacity to accomplish the work in the required time: this factor evaluates the ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. 5) Location: This factor evaluates the distance from the A-E firms design office from the location of work (Butler VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. 6) Reputation and standing of the firm and its principle 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. GENERAL SCOPE OF WORK: The Architect / Engineer (A/E) firm shall a full set of construction documents for a project to provide current field survey, conduct meetings, develop a schedule (potential phasing options), detailed specifications and working drawings for the Disposition of Building 46 the renovations, new construction and/or Demolition. Overview/Specifics:The Veterans Administration, Butler VA Medical Center (BVAMC), intends to award an Architect/Engineer contract for design services at the Butler VA Medical Center, Butler, PA for Project # 529-16-301: Disposition of Building 46. Competition is sought on a restricted basis. This acquisition is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) only. Based on the preliminary plan, field survey, meetings, develop a schedule, specifications and working drawings for Disposition of Building 46. Additional details will be in scope of work attached to Request for Proposal (RFP) and will be provided to most highly qualified firm(s). Items in the scope of work shall include, but not limited to, the following:Complete a Section 106 Historical review for Building #46.Complete a NEPA review (As Required).Based upon Section 106 results - Demolition, removal, and disposal of Buildings No. 46 including all associated foundations, basements, walks, parking areas and ramps.Demolition, removal and disposal of concrete retaining wall.Locate all above and below grade utilities including, but not limited to, electric, water, gas, telephone, data, cable, site lighting, sanitary sewer, and storm sewer. Indicate all inlets, outlets, sizes, meters, valves, and connectionsCreate new parking lot in vacant space.Capping, removal, and relocation of required utilities. Separate all utilities with minimum outages.Identify all hazard material, i.e. asbestos, PCB s, and leadAsbestos, lead, PCB abatement and monitoringBackfilling excavations, grading disturbed areas, and seeding all disturbed areas.Re-route all existing telecommunication lines previously terminated in building 46 to new 500 square foot telecommunication room. Develop a 20% bid deduct alternate.A/E shall provide a bid package within construction budget.Standards/Codes/Requirements/Regulations:Meet all applicable and most current federal and state codes/requirements, i.e.:OSHA - Occupational Safety and Health AgencyEPA - Environmental Protection AgencyDER - Department of Environment Resources, State of Pennsylvania NFPA 101, Life Safety CodeJCAHO - Joint Commission of Accreditation of Healthcare OrganizationsAHERA - Asbestos Hazard Emergency Response ActNESHAPS - National Emissions Standards for Hazardous Air Pollutants Asbestos StandardsNFPA - Applicable codes published by the National Fire Protection AssociationDesign using the following VA publications on the internet address: www. cfm.va.govPG-18-1Master Construction SpecificationsPG-18-3Design and Construction ProceduresPG-18-4Standard Details and�CAD StandardsPG-18-5Equipment Guide ListH-18-8Seismic Design HandbookPG-18-9Space Planning CriteriaPG-18-10Design Manuals (by discipline)PG-18-12Design Guides (graphical, by function)PG-18-13Barrier Free Design GuidesPG-18-14Room Finishes, Door, and Hardware SchedulesPG-18-15A/E Design Submission RequirementsPG-18-17Environmental Compliance ManualH-7545VA Cultural Resource ManagementAll projects must meet the VISN 4 Sustainable Design and Energy Reduction Manual requirements. This manual can be found at: http://www.cfm.va.gov/til/sustain/sustain.pdfThe A/E is responsible to inform the COR at each design review meeting of how the design is in compliance with each of the requirements. If the design cannot comply with a requirement, the A/E must inform the COR, in writing, as soon as possible as to why a requirement cannot be met.The A/E is responsible to ensure that the project is designed in accordance with the National Environmental Policy Act (NEPA). Specific guidelines can be found at: http://vaww.ceosh.med.va.gov/01EE/02EE_SpecificTopics/03EE_NEPA/04EE_VA_Policies_DUSHOMItems/interimGuidanceDoc.pdfThe A/E is responsible to ensure that the project is designed in accordance with the Energy Independence and Security Act of 2007 (EISA). Specific guidelines can be found at:http://www1.eere.energy.gov/femp/regulations/eisa.htmlSPECIAL NOTE: Be reminded that the VA guidelines are just a guide, and the project is not bound by them. If current healthcare trends dictate a different design approach is needed, we will follow that approach.A/E shall be responsible for providing all services necessary for design of this project, e.g. structural, industrial hygiene, mechanical, electrical, etc.TIME SCHEDULE DESIGN REVIEW AND SUBMITTAL REQUIREMENTS: This is a summary and specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review and the each submission. The A/E shall provide completed bid documents within 180 days of Initial Project Design team (PDT) meeting. EXPECTATION: Required to submit review package so they are received on the day indicated after Notice to Proceed (NTP) or concurrence from Project manager and Contracting Officer.Initial Project Design Team (PDT) meeting Schematic Submission Design Development 30% Design Design Development - 65% Design Design Development - 95% Design Specifications and Design Bid documents Final -100%(Two (2) Sets of Drawings and specifications shall be furnished by the A/E)Completed bid documents are expected within 180 calendar days of Initial PDT meeting. The A/E shall provide a submission schedule at the PDT meeting.Note: The issue of the Notice to Proceed (NTP) will be the first PDT Meeting. A/E shall be required to attend and take minutes of each Project Design Team (PDT) Meetings. Minutes shall be submitted electronically to the Project Manager and Contracting Officer within three business days of each meeting.CONSTRUCTION PERIOD SERVICE REQUIREMENTS:Review of Contractor's and Sub Contractor s Qualifications:Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, support by written recommendations of any problems or litigation encountered in past based on first-hand knowledge.Review of Submittals:Review all submissions and provide recommendations to the VA upon request.Review of Change Order Requests and Requests for Information (RFI):Review and provide replies to contractor generated Requests for Information (RFIs) when required by the project manager within five days. Review contractor s change order request and provide an independent cost estimate for each change order request. Review contractor's cost estimates and provide recommendations to the VASite Visits: The A/E shall make site visits on requests of the VA and prepare written reports that shall include agreed upon changed in design as determined necessary during the construction. Visits made based on errors and omissions in design shall be at no cost to the VA. (Please include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR.Punch List:Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion.""As-Built"" Document Requirements:Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction and with correspondence performed during construction. Transpose contractor s as-builts to AutoCAD software and provide a set of updated as-builts and specifications on CD and or DVD (NOT USB FORMATTED) within 30 days to the COR. SUBMITTAL REQUIREMENT:Who May Submit: This project is set aside for FAR 852.219-10, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). The NAICS for this project is 541310 Architectural Services.SF330 Architect-Engineer Qualifications Parts I & II (Reference FAR Part 36.603).Your submission must not exceed 50 pages and present no more than five (5) of the most relevant projects, completed or in construction period services within the past five (5) years.Where to Submit: Interested firms shall submit one (1) hard copy of the SF330 and one (1) copy on CD or DVD-R (NO USB FORMAT ACCEPTED) to:Butler VA Health Care System 2nd Floor Room 2CN002353 North Duffy RoadButler, PA 16001 ATTN: Contracting (Jeffrey Zbezinski) ANDIn addition the interested firms shall submit three (3) hard copies of the SF330 and one (1) copy on CD or DVD-R (NO USB FORMAT ACCEPTED) to Butler VA Health Care System 353 North Duffy RoadButler, PA 16001ATTN: Facilities Engineering Service (Marlin Price) Building 46All SF 330s shall be clearly marked with the subject line displaying the solicitation number 36C24420R0007 Disposition of Building 46 Project# 529-16-103All A/E firms interested in submitting an SF 330 must comply with the information listed below:(i) Interested firms having the capabilities to perform this work shall submit to be considered for this contract shall submit hard copies of their Standard Form 330 (Parts I & II) and a CD copies of their Standard Form 330 (Parts I & II) to addresses listed above not later than January 16, 2020 At 2:00 p.m. (Eastern Daylight Time) the response date/time.(ii) Late proposal rules found in FAR 15.208 will be followed for late submittals. The A-E shall not include company literature with the SF 330.Personal visits to discuss this announcement will not be allowed.SOLICITATION:A solicitation, with scope of work and additional documentation will only be issued to the most highly qualified firm. The Point of Contact: Contracting Jeffrey Zbezinski, 878-271-6636 E-mail any questions to Jeffrey.Zbezinski@VA.gov End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5e0186a7708f4221b4e8244a0fbe203a/view)
 
Place of Performance
Address: Butler VAMC;325 New Castle Road;Butler, PA 16001
Zip Code: 16001
 
Record
SN05515037-F 20191214/191212230305 (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.