Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
DOCUMENT

C -- A/E DESIGN FOR OPERATORY ROOMS EXPANSION - Attachment

Notice Date
2/24/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs; Oklahoma City VA Medical Center; 750 N.E. 13th Street; Oklahoma City OK 73104-5007
 
ZIP Code
73104-5007
 
Solicitation Number
VA25612R0613
 
Response Due
3/9/2012
 
Archive Date
4/23/2012
 
Point of Contact
LYNETTE O. STEVENSON
 
E-Mail Address
6-5111<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Oklahoma City VA Medical Center in Oklahoma City, Oklahoma has a requirement for an Architectural/Engineering firm to provide design and construction period services for the renovation of operatory rooms in the medical center located at 921 NE 13th Street, Oklahoma City, OK 73104. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $4.5 Million. Description of work to be performed includes design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: The Architect/Engineer shall provide design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 635-12-302, Operating Room Expansion, at the VA Medical Center in Oklahoma City, Oklahoma. This project involves the renovation of vacated Intensive Care space into four (4) large operatory rooms. Work will include completing an analysis of the extent of demolition and modifications to existing systems and/or components and design all interior building systems for an area encompassing 12,000 sq ft. Design and specifications should include provisions for toilet facilities, additional HVAC requirements, medical gasses, electrical, plumbing, data communications, and operating room equipment. Design specifications will account for dumbwaiters/ elevator operations and continued operatory services and shall include phasing. Redesign of allocated space must meet or exceed VHA Chapter 286 Surgical Service and Barrier Free Design Guide PG-18-13, ADA Accessibility Guidelines, and ABAAS Architectural Barriers Act of 1968. Redesign each space to incorporate energy saving features. Specify materials and finishes that are easy to maintain, durable, hygienic, timeless, and modern. Reference www.cfm.va.gov/til for design guides. The design will include the metering of all utilities which includes but is not limited to electricity, chilled water usage, steam, humidity, positive and negative areas and any other utility requirement to control and monitor the area. Design completion timeframe will be 352 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 contract. In accordance with VAAR Part 836.204, the estimated magnitude of the resulting construction project is between $5,000,000 and $10,000,000. Qualifications (SF330) submitted by each firm will be reviewed and evaluated based on the following criteria 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: the qualifications of the individuals which are proposed for these services will be examined for relevant work experience and accredited education. As a minimum all engineers and designers are expected to have professional registration. and should be able to exhibit a work history compatible with the renovation of space for use as an operatory. Note that Architect of Record and or lead engineer must be a Licensed Professional Architect and or Professional Engineer in the State of Oklahoma. Other specialties include but are not limited to plumbing, asbestos abatement, lead abatement, 3D modeler and any other technical service required to fully redesign the space. (2) Specialized Experience and Technical Competence of the firm (including a joint venture or association) with the renovation of space for use an as a operating room the examples will be rated acceptable if the type of services required were performed by the proposing firm. Future project or projects less than 90% will not be rated accepted. (3) Capacity to Accomplish the Work: the general work load and staffing capacity of the prime design firm office which will be responsible for 51% of the design, and the ability to accomplish the work in the required time will be evaluated. This will be based on the staff of the prime firm. The use of consultants will not be included in capacity determination. (4) Past Performance: the past performance of the firm on contracts relevant in scope to the renovation of space for creation of additional operatories will be the prime factor for past performance projects and relevant scope. Projects will be evaluated based on who they were with(i.e. Department of Veterans Affairs, other federal agencies, and private industry), cost control, quality of work, and compliance with performance schedule will be examined. Incomplete projects or ongoing projects will not be rated. Project past performance references older than 6 years will not be rated. Offeror will include any associated Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined with past performance rating. (5) Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. Firms within 250 miles of the medical center will receive a maximum score. Firms more distant than 250 miles will not be rated. (6) Inclusion of small business consultant(s) and/or minority owned consultant(s), and/or women-owned consultant(s), and/or veteran owned consultant(s), and/or disadvantage veteran owned consultant(s), and/or HUBZone consultant(s) 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. 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. FAILURE TO CLEARLY ADDRESS ALL SIX LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS ABOVE MAY RESULT IN REJECTION OF SF330. 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. Upon submission of the SF330 qualification package the prospective firm must be listed and publicly viewable in the Vetbiz Registry or they shall be considered nonresponsive to award. 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 verification. 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 VA Medical Center, Oklahoma City, no later than 11:00a.m. CST, March 9, 2012. Attn: Lynette Stevenson Contracting Officer, (90C) 750 NE 13th Street 2nd Floor, Room 227 Oklahoma City, OK 73104 Outermost envelope or packaging shall clearly indentify Solicitation number and project. Information can also be hand carried, submitted via commercial express service or e-mailed to lynette.stevenson@va.gov. Telegraphic 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 (lynette.stevenson@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 March/April 2012. 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/OCVAMC635/OCVAMC635/VA25612R0613/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-12-R-0613 VA256-12-R-0613_PRE-SOL A E OR EXPANSION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300852&FileName=VA256-12-R-0613-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300852&FileName=VA256-12-R-0613-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veteran Affairs;Oklahoma City VA Medical Center;921 N.E. 13th Street;Oklahoma City, OK
Zip Code: 73104
 
Record
SN02682163-W 20120226/120224234410-4198f1269fdf1406bf4341e85bdcd83c (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.