SPECIAL NOTICE
C -- ARCHITECTURAL AND DESIGN SERVICES - SINGLE AWARD STERILE PROCESSING SERVICE RENOVATION PROJECT NUMBER 540-18-019
- Notice Date
- 11/18/2020 6:24:18 AM
- Notice Type
- Special Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24521R0003
- Archive Date
- 02/16/2021
- Point of Contact
- Rebecca L Besten, Contracting Officer, Phone: (304) 623-3461 x3982
- E-Mail Address
-
rebecca.besten@va.gov
(rebecca.besten@va.gov)
- 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 # 540-18-019, Sterile Processing Service Renovation 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 $5,000,000 and $10,000,000. 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 2:00 p.m. local time on December 18, 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 December 7, 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# 540-18-019. 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 period services to renovate the Sterile Processing Service (SPS) located on the basement floor of the medical center. All surfaces will be renovated. Renovation will require the A&E to address an area encompassing approximately 13,000 square feet and provide design for the installation of four new steam sterilizing units, other equipment and their accompanying support facilities/equipment. This work shall include the design of a new dedicate steam line from SPS to the header pipe exiting beneath Building 7. This work shall include replacement of two or more air handling units and their associated components. 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/07f33c164fb247e9bef4d3fd1d2af863/view)
- Record
- SN05855576-F 20201120/201118230142 (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 |