Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

C -- ARCHITECTURAL AND DESIGN SERVICES - SINGLE AWARD NUTRITION AND FOOD, PT AND EYE CLINIC ADDITION PROJECT NUMBER 540-370

Notice Date
6/29/2020 8:54:58 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520R0038
 
Response Due
8/4/2020 11:00:00 AM
 
Archive Date
11/02/2020
 
Point of Contact
Rebecca L Besten, Contracting Officer, Phone: (304) 623-3461 x3982
 
E-Mail Address
rebecca.besten@va.gov
(rebecca.besten@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This announcement is for the selection of an Architect / Engineer Firm to perform design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits for the Construction of Project # 540-370, Construct Nutrition and Food, Physical Therapy and Eye Clinic Addition at the Louis A. Johnson VA Medical Center in Clarksburg, WV. Only firms within 250 miles (or with branches within 250 miles) of the Louis. A. Johnson VAMC will be considered for award of this contract. The magnitude of construction for the above referenced project is between $10,000,000 and $20,000,000. Please note this is not a request for proposal. Eligible responses received will be evaluated based on the following criteria and the most highly qualified will be compiled on a shortlist of candidates. The following evaluation criteria are equal in importance. Professional Capabilities to Perform the Services Required: This factor evaluates the experience of persons in the firm, or consultants, who will work on the architectural and engineering disciplines required to accomplish the various design projects. Registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Architecture; Civil Engineering; Structural Engineering; Environmental Engineering, Electrical Engineering; Mechanical Engineering; Fire Protection Engineering; and Resident Engineering/Construction Management; Ability to perform design work with in-house personnel and within prescribed project budgets; Professional qualifications of consultants to provide necessary technical work for the design beyond the capability of the firm s in-house personnel; Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Specialized Experience and Technical Competence: This factor evaluates the amount of experience the A-E firm has in designing similar types of work/facilities and evaluating their technical competence. This factor includes an emphasis, where appropriate, on the firm's experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The evaluator must review the A-E firm's SF 330 Experience Profile Codes and determine the amount of experience the firm claims to have and review the SF 330 personnel resumes in these special areas. Ability to perform specialized design and engineering services for healthcare facilities with in-house personnel and/or consultants; Demonstrated experience in green building design; Ability to perform quality assurance, commissioning, and inspection services; Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Capacity with Respect to the Scope of Work to be Undertaken: This factor evaluates ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the design project. Demonstrated compliance with performance schedules; Adherence to timelines for deliverables; The ability to meet unusual time constraints; Methods of project management. Past Record of Performance in Terms of Cost Control, Quality of Work, and Compliance with Performance Schedules: Past record of performance on A&E design projects within the past five years; Provide examples of demonstrated compliance in cost control through consistent use of the most cost-effective designs to meet project requirements; Provide examples of quality of work with other Government agencies and private sector clients as demonstrated by a history of minimal change orders during both design and construction, and through long term relationships and repeat business with customers; Provide examples demonstrating effective internal quality control procedures ensuring technical accuracy and coordination of disciplines; Show how the firm has responded to urgent requirements based on a national emergency or other urgent situation; Record of significant claims against the firm because of improper or incomplete architectural and engineering services. This is a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) codes for this work are 541310. The small business size standard is $8 million dollars. Service-Disabled Veteran Owned Small Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company s registration. Additionally, any potential awardee must also be registered in the System for Award Management (SAM). Registration can be accomplished by visiting www.sam.gov . To be considered for this contract, firms shall submit three (3) copies of their Standard Form 330 (Parts I & II) and a CD copy of their Standard Form 330 (Parts I & II) to the Louis A. Johnson VA Medical Center to the contact information listed below. Additionally, the submissions must include an insert detailing the following information placed in the front of the Submission: Duns & Bradstreet Number, Tax ID Number, The E-mail address of the Primary Point of Contact., A printed copy of the firms VetBiz Registry, a copy of the letter from the Center for Verification and Evaluation (CVE) verifying the firm s status as an SDVOSB. The letter must be current and no more than one year before the submission deadline, A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime. Special Note: An A/E Firm failing to provide any of the documentation detailed in the in this Notice will be determined as Non-Responsive and will not be considered. Submissions should be sent no later than 3:00 p.m. local time on March 6, 2020 to the following: Attention: Contracting Office, Rebecca Besten, Louis A. Johnson VA Medical Center Contracting Office (90C) 1 Medical Center Drive Clarksburg, WV 26301 or the physical address of 513 Rosebud Plaza, Clarksburg, WV 26301. Inquiries regarding this announcement can be sent to Rebecca Besten via e-Mail at Rebecca.Besten@va.gov. Inquiries should be sent by COB February 21, 2020 and will not be accepted after that date. Submissions of SF 330 Forms by Electronic means are not permitted. The following are excerpts from the Scope of Work for Project# 540-370. This is not a Request for Proposal. The inclusion of the excerpts is to provide an overview of the design project to assist Firms in preparing SF330s. Scope of Work This project will encompass design and construction of a new 6,170 square foot addition to the facility and to renovate approximately 10,364 square feet of existing space to expand clinical services and improve functionality of support services. The new square footage will consist of expanding the Eye Clinic, Physical/Occupational Therapy Clinic and Nutrition and Food Service kitchen. Renovations will also be made to approximately 10,364 square feet of the existing Nutrition and Food Service kitchen, provide a new IT (Information Technology) Server Room in the basement as well as renovations to administrative space on the first floor. The contractor shall accomplish all design work in accordance with VA guidelines and specifications. Guidance includes all directives, manual, guides, information, letters issued by the VA. Refer to http://www.cfm.va.gov/TIL for codes and standards. Special emphasis will be placed on Infection Control Procedures. Construction shall be completed in phases to allow operations to continue during construction. Phasing of work shall be planned such that newly constructed spaces are fully functional prior to beginning demolition and renovation activities in subsequent phases. The contractor shall have sufficient personnel, facilities, office space, equipment, transportation, and supplies necessary to perform the technical services as described. The scope of work involves but is not limited to furnishing Architectural/Engineer Services Multi-Disciplinary in nature. Multi-Disciplinary work includes architectural, civil, structural, mechanical (Plumbing and HVAC), electrical, commissioning and engineering services related to healthcare facilities. The Architect/Engineer s performance must consider construction work be performed in a safe manner with minimal disruption to the operation of the medical facility. As such the A/E shall have working knowledge of The Joint Commission (JC) standards, and National Fire Protection Association (NFPA standards to provide a safe environment to patients, visitors, and staff.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a824b96b6d9a43d5935a139f8ac7aeb0/view)
 
Place of Performance
Address: Department of Veterans Affairs Louis A. Johnson VA Medical Center Contracting Office (90C) 1 Medical Center Drive 26301
Zip Code: 26301
 
Record
SN05706019-F 20200701/200629230153 (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  © 1994-2020, Loren Data Corp.