Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
AWARD

C -- PA SYSTEM REPLACEMENT AE DESIGN

Notice Date
9/8/2011
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veteran Affairs;Aleda E. Lutz Medical Center (90C);VISN 11, Contracting Service;1500 Weiss Street;Saginaw MI 48602
 
ZIP Code
48602
 
Solicitation Number
VA25111RP0028
 
Archive Date
10/7/2011
 
Point of Contact
Sonny S. Earls
 
E-Mail Address
Earls@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Award Number
VA251-P-1114
 
Award Date
9/7/2011
 
Awardee
PARADIGM ENGINEERS AND CONSTRUCTORS, PLLC;1734 BRETON RD SE;GRAND RAPIDS;MI;495064822
 
Award Amount
$53,201.00
 
Line Number
ENTIRE DESIGN PROJECT
 
Description
This Modification 03 is adding additional mileage and extending the SF330 submittal time. This procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms located within a 250 mile radius of the Aleda E. Lutz VA Medical Center, 1500 Weiss Street, Saginaw, MI 48602. This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $4.5 Million. Description of work to be performed includes: Architect-Engineering services are required for Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project #655-11-115, System Replacement. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: 1.Design Intent: The intent of this project is to prepare plans and specifications necessary to replace the site wide public address system for the Aleda E. Lutz VA Medical Center, Saginaw, Michigan in accordance with the following. A.General Scope of the Project: The Architect / Engineer (A/E) will verify record drawings and existing conditions; prepare fully developed Construction Documents (drawings and specifications); construction phasing (scheduling) timeline; cost estimates; and provide construction period services. B.The total completed design shall include all necessary features and items of work required so that the government shall have a complete buildable and functional system complying with the latest requirements of the Department of Veterans Affairs design criteria and all applicable national codes and standards. It is anticipated that the design effort will involve architectural and electrical disciplines. C.Provide all drawings, specifications, equipment selection, equipment layout, cost estimate, including but not necessarily limited to architectural and electrical features as required for this contract. D.Reusing any part of the existing systems will not be considered an option. E.Equipment shall be provided emergency power as required by NFPA and VA Standards. 2.Design Effort: A.Public Address System a.Analyze the extent of demolition and modifications to existing systems and/or components and design the replacement of the public address system for the entire site. b.The system will cover the following buildings: Building 1, 2, 3, 4, 6, 9, 19, 21, 22, 30 c.Demolition and removal included but not limited to the following: Existing PA System and all related components, including electrical, controls, wiring, etc. d.New items included but not limited to the following: Design all related architectural and electrical features required for a complete system. Design completion timeframe of 190 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $250,000 and $500,000. Qualifications (SF330) submitted by each firm for Project 655-11-115 for "PA System Replacement" will be reviewed and evaluated based on the following criteria: Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1.Professional qualifications necessary for satisfactory performance of required services. 2.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, sustainable design, pollution prevention, waste reduction, use of recovered materials, CAD applications used, value engineering, and life cycle cost analysis. 3.Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. 4.Past record of performance on contracts with the Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. All past performance project references must be for projects designed within the last five (5) years and provide verifiable information (reference contact name, email, phone no., fax no. and mailing address). Limit past project references to those within the same scope as this advertisement (see submission requirements below for additional required information). 5.Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. (Geographical area is limited to a 250 driving mile radius of Saginaw, MI). 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Provide any design or other awards received for individuals or the firm as a whole. 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. FAILURE TO CLEARLY ADRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. Submission Requirements: This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Qualified SDVOSB firms are required to submit: 2 copies of Standard Form (SF)330 (available at http://www.gsa.gov/forms) to include Part 1 and Part 2. In addition, Section H of Part 1 shall include information regarding the firms estimating effectiveness (estimated costs vs. actual bid costs) and compliance with performance schedule (original design schedule vs. actual design completion time) for each key design project listed in Section F. All 8 evaluation criteria listed above must be addressed in the SF330. In addition, firms are requested to provide one electronic copy of their entire SF330 submittal via CD. Submission information incorporated by reference is not allowed. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. SF330 package shall address how it is anticipated these criteria will be met. Prior to award the prospective contractor, otherwise eligible for award, must be registered and VERIFIED at http://www.vip.vetbiz.gov. The number one selected firm, unless currently listed as verified in the Vendor Information Pages at the www.vetbiz.gov database shall have five business days to submit a verification application upon notification of being found the apparent successful bidder. Failure to become registered and verified in the VetBiz registry will result in denial of contract award. After receipt of verification application, the VA Office of Small Disadvantaged Business Utilization (OSDBU) will conduct an SDVOSB verification investigation of the firm and based upon their findings will either find the firm eligible or ineligible for SDVOSB verfification. Any AE firm that represents itself as an SDVOSB eligible firm but subsequently found ineligible for verification by VA OSDBU will result in that firm being barred from contract award. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications (ORCA) in conjunction with required registration in the Central Contractor Registration (CCR) www.ccr.gov database, prior to award of a contract (FAR 4.11). Completed SF330s can be delivered to Aleda E. Lutz VA Medical Center, Attn: Sonny S. Earls, Contract Specialist, Bldg 1, Rm. 1-B130 (90C), 1500 Weiss Street, Saginaw, MI 48602, no later than 3:00 p.m. EDT, MARCH 23, 2011. Outermost envelope or packaging shall clearly indentify Solicitation number and project. Information can also be hand carried or submitted via commercial express service Telegraphic, email, and facsimile forms are prohibited. All submissions must be bound in some manner (spiral, wire, binder, etc). Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (Sonny.Earls@va.gov), telephone inquires will not be honored. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The contract is anticipated to be awarded in MAY/JUNE 2011. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC655/SaVAMC655/Awards/VA251-P-1114.html)
 
Record
SN02567315-W 20110910/110909000138-d48a1609e8669a8e8bc156459c2f75f3 (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.