Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2010 FBO #3263
SOLICITATION NOTICE

C -- Community Living Center 3

Notice Date
10/29/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24311RP0020
 
Response Due
11/14/2010
 
Archive Date
1/13/2011
 
Point of Contact
Joseph Ercole
 
E-Mail Address
Contracting Officer
(joseph.ercole@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA NOTICE OF PRESOLICITATION ARCHITECT AND ENGINEER SERVICES PROJECT BEING SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE PROJECT TITLE: Community Living Center 3 This project publized through FedBizOpps/FBO in accord with FAR 5.204 and FBO is the only posting of this project THE SOLICITATION IS EXPECTED TO BE PUBLIZED ON FedBizOpps/FBO ON OR ABOUT NOVEMBER 15, 2010 AWARD SUBJECT TO THE AVAILABLILITY OF FUNDS IF QUESTIONS CONCERNING THIS PROJECT AND PRE-SOLICITATION, MUST E-MAIL TO THE ATTENTION OF JOSEPH ERCOLE AT: joseph.ercole@va.gov FOLLOWING THIS PRE-SOLICITATION, A SOLICITATION IS EXPECTED TO BE POSTED FROM NOVEMBER 15, 2010 THROUGH DECEMBER 14, 2010. This Notice Type: Pre-solicitation Notice Synopsis: THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT-ENGINEER SERVICES FOR A COMMUNTY LIVING CENTER PROJECT FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE. A SOLICITATION IS EXPECTED TO FOLLOW THIS PRE-SOLICITATION NOTICE. The U.S. Department of Veterans Affairs, VA Medical Center, Northport, NY is seeking Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineer firms, NAICS 541310, located within the geographic location of VA Medical Center Northport, NY 11768, to provide professional design services for a Community Living Center at the VAMC Northport NY. The solicitation announcement shall follow this pre-solicitation notice and the contract will be in accordance with the Brooks A-E Act as implemented in FAR 36.6 and only Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineer firms shall respond to the solicitation announcement As per Public Law No. 108-183, the Veterans Benefits Act of 2003, and Executive Order 13360.The most highly qualified firms meeting the criteria will be selected for discussions based on demonstrated competence, capability, and qualifications for the required work. Qualification Statements (SF-330) submitted in response to the solicitation will be used to determine the firm the VA will hold discussions with for this SDVOSB set-aside. 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. VAMC Northport seeks qualified SDVOSB A/E firms with substantial past experience in utility/infrastructure design at healthcare facilities. Firms may be asked to propose innovative and creative approaches to designing and building this Community Living Center in keeping with current scientific technology and trends as may be applicable to the mission of the VA. Offerors responding to the solicitation will be evaluated under the criteria stated in the solicitation. Criteria is expected to include: (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 of same magnitude 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 and within the allowable percentages of sub-contracting as per regulations (VAAR, FAR, etc.). 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. 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 project and services expected to be performed under this potential project includes: (a) Architect and engineering technical support and feasibility studies and analysis in architectural, civil, structural, mechanical, and electrical disciplines; and (b) guidance and direction in implementation of new and revised codes, regulations and statutes as may be applicable to the mission of the VA; (c) 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 Department of Environment regulations; (3) addressing fire protection, life safety, indoor air quality, energy conservation, water conservation and/or hazardous material abatement; (d) provide construction period service such as submittal reviews and answering RFI and conducting site visits and final inspections. (6) SDVOSB A/E firm office location and address must be in the general geographical area of the project, being Northport, NY 11768, as per FAR 36.602-1 and FAR 36.603 and VAAR 805.207, and SF 330 files shall classify each firm with respect to location, specialized experience, professional capabilities, and capacity with respect to project information that can be undertaken, and computer assisted design ability and experience. (7) 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. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business [Services Disabled Veteran Owned Small Business] and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described. ARCHITECT-ENGINEERING FIRMS THAT ARE SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, WHICH MEET THE REQUIREMENTS DESCRIBED IN THIS ANNOUNCEMENT ARE INVITED TO RESPOND THE SOLICITATION THAT WILL BE ANNOUNCED ON OR ABOUT NOVEMBER 15, 2010 AND SUBMIT THE FOLLOWING TWO (2) ITEMS TO JOSEPH ERCOLE, VA CONTRACTING OFFICER: 1. SF-330 (6/2004 VERSION) is acceptable in PDF format OR another format, but must be the form version dated June 2004 ( 6/2004 ) at bottom of form. ONE (1) COMPLETE ORIGINAL SF-330 (form date 6/2004) SUBMIT NO LATER THAN DECEMBER 14, 2010, 4:00 PM ET (1600). FORM SF-330 IS ATTACHED IN THE SOURCES SOUGHT ANNOUCEMENT FOR THIS PROJECT OR AVAILABLE ELSEWHERE OR CAN BE FOUND AT WEBSITE: http://www.gsa.gov/portal/search;jsessionid=5FFC78D947B1D47642720006A84482C5.thirteen?q=sf330&btnG=Google+Search&access=p&client=ASTO_PROD_FRONT_END&output=xml_no_dtd&proxystylesheet=ASTO_PROD_FRONT_END&entqr=3&oe=UTF-8&ud=1&site=ASTO_PROD_COLLECTION&getfields=description&filter=0&num=30&x=26&y=11 PLEASE NOTE: One copy of original signed package must be sent no later than December 14, 2010 4:00 PM ET (1600) to Joseph Ercole, Contracting Officer, VA Medical Center Northport, 79 Middleville Rd, Bldg. 10, Rm. 121, Northport, NY 11768. 2. ANY REQUESTED SUPPLEMENTAL DATA Architect-Engineering Services: The VA seeks to find qualified responsible capable competent Service Disabled Veteran Owned Small Businesses, as will be stated in selection criteria as Architect and Engineering service firms to provide site survey, drawings, specifications, construction documents (including all mechanicals and utilities), cost estimates, and other items necessary suitable to deliver construction and bid documents for a Community Living Center at VA Medical Center Northport, 79 Middleville Road, Northport NY 11768. The following engineering and architectural services will be required: Standard Form 330. Expected services will include site investigations, analysis, design, calculations, cost estimates, preparation of working drawings and specifications, and construction period services. As-builts and site visits during construction will be part of the scope. The company must have the capability to design a complete Community Living Center; see specifics listed below. This would include the services of certified and registered professionals. Eventual selection criteria will be based on, but not be limited to, the following eleven (11) items: (1) Specialized experience and technical competence in the type of work required, including experience in similar projects, of similar magnitude, past performance on similar medical care projects, maintaining project schedules, and project budgets, cost control, quality of work, and compliance with performance schedules; (2) Professional qualifications as necessary for satisfactory performance of required services and overall engineering design experience and capability with superior performance evaluations on completed government agency and VA contracts; (3) Qualifications of staff to be assigned, with special emphasis on field personnel to be utilized; (4) Cost control effectiveness; (5) Ability of A/E to produce all plan documents on a AUTOCAD/CADD system fully compatible with most current AUTOCAD/CADD and the ability to provide specifications in CD/DVD formats, with specifications in Microsoft Word, and drawings in DWG formats and PDF formats; (6) Geographic location and facilities of the working office(s); (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (8) construction cost control effectiveness; (9) Capacity to accomplish work in required time [A/E award to be about late December 2010 continuing through A/E schedule end date about eight (8) months later, with an anticipated construction contractor award to follow], A/E is responsible for limited time post construction services; (10) Location of A/E firm headquarters and the office location area of consideration must be in the general geographical area of the project, being VA Medical Center Northport, NY 11768; and (11) Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836.602. Potential vendors are bound by the clauses contained in FAR part 4.11 and 4.12 (CCR, ORCA, etc.) A/E firms, which are Service Disable Veteran Owned Small Business (SDVOSB), that meet the requirements listed in this announcement, are invited to respond to the solicitation that will be posted on FedBizOpps on or about November 15, 2010, and submit one (1) signed original of the completed Standard Form (SF) 330 no later than the deadline for responses on December 14, 2010 4:00 PM ET (1600) Local Time to Joseph Ercole, Contracting Officer, VA Medical Center Northport, 79 Middleville Rd., Bldg. 10, Rm. 121, Northport, NY 11768. Following this pre-solicitation notice, a competitive solicitation will be issued accordingly. Eventual contractor award is subject to the availability of funds. If a future solicitation is issued, it is anticipated that A/E interviews and discussions will take place after December 15, 2010. The A/E will need to be/become familiar with VA Northport facility design and AUTOCAD/CADD Standards, VA Specifications (see VA Technical Library referenced below), as well as other government codes that may be required. The North American Industry Classification System (NAICS) code for this acquisition is 541310. Interested parties in this project notice must be registered with or have the ability to register in CCR, VetBiz, ORCA, and Vets100. Work will include but not be limited to site, architectural, fire protection, structural, plumbing, HVAC, electrical, and equipment. The Project includes expansion of approximately 17,700 square feet of new space to be added to Bldg. No. 92. The Project will comply with VA adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library; http://www.cfm.va.gov/til/). A/E Project Information: NOTE: Supplement B of SF 252 referenced herein will only be available upon solicitation. I. SCHEMATICS. General Scope. The Architect-Engineer shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as will be further described in Supplement B of SF 252, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as will be set forth and defined in Supplement B of SF 252. II. DESIGN DEVELOPMENT DOCUMENTS. General Scope. The A/E shall review the program materials furnished by VA and all prior submissions to ascertain the requirements of this phase of the work and shall prepare Design Development Documents illustrating the scale and relationship of Project components for review and approval of VA as will be further described in Supplement B of SF 252. Services under this phase shall include, but not be limited to the following: (1) Site Design including fire protection system, drainage system, building orientation, site access, and lawn and plantings; (2) Architectural Design including facility floor and roof plans, sections, elevations, preliminary selection of building systems and materials, development of dimensions, net program areas, gross areas and facility volumes; (3) Structural Design including materials and structural systems; (4) Mechanical and Electrical Design including heating, ventilating, air conditioning, refrigeration, plumbing, fire protection, and electrical design with economic and energy analyses and all critical systems; (5) Space Planning; (6) Cost Estimate(s); (7) Energy Impact Studies; (8) Phasing Plans for Construction including making recommendations concerning construction contract arrangements and scheduling that will be advantageous to VA in terms of cost and timing; and (9) Presentations and Review Submissions. III. CONSTRUCTION DOCUMENTS. (a) General Scope. Based upon the approved Schematics and Design Development Documents, equipment layouts, other program materials furnished by VA, and any further adjustments in the design scope or quality of the Project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the construction of the Project and as will be further described in Supplement B of SF 252. Services under this phase shall include: (1) Site Design Documents setting forth in detail the site construction requirements including existing grades, rough and finishing grading lawns and planting and landscaping, location of on-site utility systems, fire protection system, drainage system, building orientation, and site access; (2) Architectural Design Documents setting forth in detail the architectural construction requirements including complete floor and roof plans, elevations, sections, details, schedules, material and color selection, discipline coordination and fire safety systems and controls; (3) Structural Design Documents setting forth in detail the structural construction requirements including all structural plans, elevations, sections, details, schedules, and calculations sizing all columns, beams, slabs and coordinating the work with all other design disciplines; (4) Mechanical Design Documents setting forth in detail the mechanical construction requirements including all mechanical plans, elevations, sections, details, and schedules for heating, ventilating, air conditioning, refrigeration, plumbing, and fire protection; (5) Electrical Design Documents setting forth in detail the electrical construction requirements including all electrical plans, elevations, sections, details, diagrams and schedules showing transformers, vaults, electrical and telephone closets, power distribution systems, auxiliary power systems, switchgear, generator, lighting fixtures, switching power outlets, and signal system; (6) Cost Estimate(s) setting forth in detail quantities of materials, labor, profit, overhead, insurance, taxes, etc.; (7) Specifications for all sections of the work utilizing the VA Master Specification system setting forth in detail all requirements for the construction fully coordinated with the drawings and other Construction Documents; and (8) Presentations and Review Submissions. (b) Project Phasing (Critical Path Method). The A/E shall assist the Contracting Officer in coordinating the development of a CPM network for the construction of the Project. The CPM network shall provide a phasing schedule which will promote a proper and efficient organization and sequence of construction. The A/E shall, when directed by the Contracting Officer, serve as an advisor to the Contracting Officer on all phasing matters. Construction Documents shall be packaged for bidding and construction in accordance with the CPM network. IV. SITE SURVEYS, SUBSURFACE AND OTHER INVESTIGATIONS. The A/E shall arrange for and oversee the performance of topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he determines are required for the proper design of the Project. V. PROJECT FIRE PROTECTION ENGINEER. The A/E shall retain the services of a fire protection engineer (FPE). The FPE shall have qualifications as will be further described in Supplement B of SF 252. The FPE shall remain on the A/E's project staff throughout Project design and construction. The FPE must be directly involved in the design of fire protection systems or in responsible charge of: the design of fire protection features; review of fire protection equipment submittals and shop drawings; and participation in preliminary inspection and final testing of fire protection systems. The FPE shall provide to the A/E all services as will be further described in Supplement B of SF 252. VI. SERVICES DURING BIDDING PERIOD. The A/E shall provide all services required for public notice advertising of project (FedBizOpps) and for securing construction bids. The A/E shall attend authorized conferences, including Pre-Bid Conference, as directed by the Contracting Officer. The A/E shall provide representatives of the following professional registered disciplines for each conference: Architectural Design, Structural Design, Mechanical Design, and Electrical Design. VII. SERVICES DURING THE CONSTRUCTION PERIOD. The A/E shall act in an advisory and consultant capacity to the VA Contracting Officer and VA Contracting Officer s Technical Representative and VA Engineering Department. The A/E, when requested, shall assist the Contracting Officer and the VA Resident Engineer and VA Engineering Department to interpret the construction documents and shall: (1) recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents; and (4) A/E shall attend authorized meetings and Pre-Construction Conference. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his review of cost proposals and his recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the VA Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the VA Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project. VIII. POST-CONSTRUCTION SERVICES. For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. The estimated construction cost range is between $5,000,000.00 and $10,000,000.00. Local Restriction: The A/E firm area of consideration is restricted to SDVOSB located within general geographical area of the project (Northport, NY 11768), and SF 330 files shall classify each firm with respect to location, specialized experience, professional capabilities, and capacity with respect to project information that can be undertaken, and computer assisted design ability and experience. A solicitation is not available at this time. If a solicitation is issued it will be announced at a later date and that solicitation will state specifics, and A/Es responding to or requesting to be added to or being an interested party to a prospective bidders list here is not a request to be added to the future solicitation. A solicitation announcement may be published at www.fbo.gov website. No site visit is necessary at this time. Please submit above requirements to Joseph Ercole, Contracting Officer, by delivery service (U.S. Mail, FedEx, UPS, etc.) or Hand Deliver, only hard copy delivery will be accepted, No electronic transmission, No facsimiles, nor other means of transmission. The Contracting Officer, Joseph Ercole, will endeavor to answer any questions interested parties may have, however NOTE All questions must be submitted in writing to joseph.ercole@va.gov No Later Than December 1, 2010 5:00 PM (1700) Local Time; questions after December 1, 2010 5:00 PM (1700) Local Time will not be responded to nor accepted. No response will be provided to telephone inquiries. DISCLAIMER: This Pre-solicitation is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this pre-solicitation 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. In addition, all aspects of this potential project are in accordance with FAR 36. All responsible sources that are SDVOSB may submit the required SF-330 and any responders to the previous Sources Sought Notice (FBO #VA24310RI0441) may update their previously submitted information (SF330, etc.) or may submit a new response, that shall be considered by the agency, and response to the planned solicitation is expected to be due on December 14, 2010 4:00 PM, and no other notification of identical nature nor of this pre-solicitation notice will be made elsewhere under consideration for this potential project. Thank you!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24311RP0020/listing.html)
 
Place of Performance
Address: U.S. Department of Veterans of Affairs;VA Medical Center Northport NY;79 Middleville Road;Northport, NY 11768
Zip Code: 11768
 
Record
SN02319106-W 20101031/101029233712-b8b6d87fcf02396dc3c3686b11e46033 (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.