Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
MODIFICATION

C -- Architect and Engineering Services for the Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 3, New York/New Jersey Change to Submission Mailing Instructions

Notice Date
1/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Network Acquisition and Logistics;Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA-243-10-RI-0172
 
Response Due
2/5/2010
 
Archive Date
3/7/2010
 
Point of Contact
Stephanie A. Morreale, Contracting Officerstephanie.morreale@va.gov
 
E-Mail Address
Special Projects Coordinator
(Stephanie.Morreale@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 3 (New York/New Jersey) is seeking qualification statements from Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), and HUB Zone Architect/Engineering (A/E) firms, NAICS 541310, to provide professional design services for various projects within its nine healthcare facilities in the New York Metropolitan Area. Qualification Statements (SF-330) submitted in response to this notice will be used to select the most highly qualified A/Es for solicitations leading to multiple-award Indefinite Delivery - Indefinite Quantity (IDIQ) contracts. The contracts will consist of one base period and four one-year option periods. Design and renovation work at the facilities is done in accordance with the guidelines of the most current VA Design Requirements and Criteria and VA Federal Specifications Standards Specifications available online at http://www.cfm.va.gov/TIL/. Firms with MEP services in-house and capability to provide full-service mechanical, architectural, civil, structural, electrical, fire protection, and cost estimating capability are encouraged to submit their SF 330 for consideration. VISN 3 seeks qualified A/E firms with substantial past experience in utility/infrastructure design at healthcare facilities, with a concentration on layout design, mechanical systems, especially HVAC systems, electrical systems and fire protection engineering. Firms may be asked to propose innovative and creative approaches to designing, maintaining and improving the facilities in keeping with current scientific technology and trends as may be applicable to the mission of the VA. Services will be ordered by the issuance of individual task orders. Offerors responding to this announcement will be evaluated under the following criteria: (1)Specialized design and construction administration experience in Healthcare facilities. Required services will include preparation of schematics and design development plans, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. The contract will include construction document preparation; construction period services, and site visits. Offerors must provide evidence of past performance for at least three (3) relevant projects within the past five (5) years. (2)Professional qualifications and technical competence identifying the available detailed staffing capable of performing the level of work required. Prospective firms must demonstrate the ability to provide all engineering and architectural services necessary to successfully undertake a full spectrum of healthcare facility projects. These disciplines include, but are but not necessarily limited, to: Mechanical, Electrical, Plumbing, Fire Protection, Structural Civil, Environmental, Industrial Hygiene, Energy, Program Management, Building Condition Assessment, Construction Administration, Project Scheduling, and Cost Estimation. Services may be in-house or subcontracted provided that there is evidence of a consistent working relationship on similar projects where subcontracted services are offered. Prospective firms must present evidence of individuals who possess the appropriate professional credentials including Professional Engineer(s) or Registered Architect(s). Prospective firms must indicate their organizational structure, the lead person responsible for delivery of services, and the proposed management plan for delivery of services in a responsive and efficient manner. The lead person may be a principal of the firm or consortium, but consideration will also be given to firms who demonstrate a greater depth of organization with Program Managers to serve as lead for the VA projects. The firm must have an in-house certified Industrial Hygienist (CIH) or show evidence of a consistent working relationship with a sub-contracted Environmental Engineering firm for CIH services. Such evidence must include recent projects performed with the proposed subcontracted Environmental Engineering firm with a description of the CIH services performed for each project, the dollar amount for the CIH services performed and contact information for reference at the facilities where the CIH services were performed. The selected CIH shall provide asbestos drawings and specification. CIH shall perform asbestos bulk samples for ACM pipe insulation, caulking materials, VAT floor tile and lead paint. CIH shall also provide asbestos air monitoring service during the asbestos abatement period as well as asbestos construction period service. Certified Industrial Hygienist shall provide daily air monitoring for asbestos removal projects. Qualifications of Industrial Hygienist and Laboratory: 1. Industrial Hygienist(Certified Industrial Hygienist (CIH) Supervision is required) whose qualifications shall include: Five years of field experience or CIH Specialized experience: i.e. asbestos 2. Laboratory credentials shall include at a minimum, the following: AIH accreditation Laboratories used for bulk and air sampling analysis must be successful participants in both the EPA quality assurance for bulk analysis and the AIHA Proficiency Analytical Testing Program. 3. To be successful, participants in the EPA quality assurance program, the lab must have participated in at least four current rounds and score or 75 percent in each round for bulk samples. 4. For air samples, the lab must receive a proficient rating from the AIHA Proficiency Analytical Testing Program for fiber counting. Air sampling shall be conducted following the NIOSH 7400 method. Counting method shall follow B rules. 5. If required an additional day of final air clearance monitoring, if clearance test is unsatisfactory the first time. Other Professional Engineers in other disciplines should be identified, but can be in-house or by subcontract or other such arrangement. Level and breadth of experience and employment turnover rate of staff are considered key factors. (3) Demonstrated ability to effectively respond to requests for service in a timely manner; for teaming arrangements, there must be a clearly defined management plan outlining the approach and responsibilities for assuring quality and timeliness of the contract deliverables; Offerors must identify the office location which will be responsible for the provision of services in a prompt and complete manner. (4) An implemented Quality Plan indicating a management commitment to ensure the highest possible product quality and customer satisfaction. (5) Resources to complete multiple concurrent tasks. The type of design projects and services expected to be performed under these subcontracts include: (a) General office buildings, clinical and surgical patient care areas, mechanical spaces, research laboratories, including animal lab facilities, for new and renovation work, with emphasis on layout design, demolition, asbestos abatement, mechanical HVAC, process and fluid support systems, electrical power distribution and building automation systems (BAS), and energy management and sustainability; (b) Minor building additions and minor new administrative, laboratory, and clinical facilities; (c) interior space planning/design studies; (d) engineering technical support and feasibility studies and analysis in architectural, civil, structural, mechanical, and electrical disciplines; and (e) guidance and direction in implementation of new and revised codes, regulations and statutes as may be applicable to the mission of the VA; (f) other required services may be needed to address (1) Sustainable design services to include LEEDTM or Green GlobesTM certification; (2) preparation of storm water management plans and permit applications in accordance with New York and New Jersey Department of Environment regulations; (3) addressing fire protection, life safety, indoor air quality, energy conservation, water conservation and/or hazardous material abatement; (g) provide construction period service such as submittal reviews and answering RFI and conducting site visits and final inspections. Deliverable text packages shall be prepared in VA federal spec format, in Microsoft Word compatible software. Drawings shall be prepared as per VA Design CAD Standards and are to be delivered in AutoCAD 2007 or later. Eleven (11) printed copies of Standard Form 330 and any supporting information deemed by the contractor to provide evidence of its ability to meet the requirements noted above should be submitted to the Contracting Officer, Stephanie A. Morreale at the address below: James J. Peters VA Medical Center Attn: Jadwiga Kustra, Special Projects Supervisor, 130 W. Kingsbridge Road Room 9B20A-100 Bronx, NY 10468 All inquiries regarding this announcement must be made in writing to the Contracting Officer, Stephanie Morreale at stephanie.morreale@va.gov. No response will be provided to telephone inquiries. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA-243-10-RI-0172/listing.html)
 
Place of Performance
Address: Nine hospital and long term care facilities;throughout the New York Metropolitan Area, to in-;clude: Manhattan, Brooklyn, the Bronx, Queens,;Long Island, New Jersey (East Orange and Lyons),;& Hudson Valley, NY (Montrose & Castle Point)
Zip Code: 10468
 
Record
SN02049240-W 20100127/100125234851-92d52222f4fb0dc48272c644e18bd313 (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.