Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
DOCUMENT

C -- Renovate and Expand Building 11 - Attachment

Notice Date
2/27/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;1601 Brenner Ave;Salisbury NC 28144
 
ZIP Code
28144
 
Solicitation Number
VA24612R1090
 
Response Due
3/28/2012
 
Archive Date
5/27/2012
 
Point of Contact
Heather Hampton
 
E-Mail Address
8-9000
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center (VAMC), 1601 Brenner Avenue, Salisbury, NC 28144 is seeking a qualified Service-Disabled Veteran-Owned Small business (SDVOSB) A/E firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for project no. 659-341, Renovate and Expand Building 11. This procurement is restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, located within a 150 minute (2 ½ hour) response time to the Salisbury VAMC campus. Response time is defined as a physical presence at this medical center via automobile (not corporate or commercial aircraft, nor Amtrak): Response times will be calculated using MapQuest. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $4.5 Million. This is a 100% Service-Disabled Veteran-Owned Small Business Set Aside. Potential contractors must be registered in CCR (www.ccr.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service-Disabled Veteran-Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Description of work to be performed includes design work for the preparation of 100% complete working drawings, specifications, and cost estimates as required to renovate and expand Building 11 on the VA Medical Center campus, Salisbury, NC. The renovations shall be designed with coordination with all VA staff input for various program areas that have impact in this building. VA space criteria shall be used as a guide with standards implemented into the plans. Work to also include all associated site work, landscaping, road work and other related work as required, integrating the new building/structure completely into the campus. The objective of this project is to renovate the 30,844 square feet of space in Building 11 which was formerly a Nursing Home and currently a Mental Health Outpatient Clinic and also add a new building addition in the amount of 13,881 square feet for a total of 44,725 SF of space needed to house the 55 Residential Care Mental Health Beds. The work will address privacy and safety issues as well as aesthetics that are in dire need of enhancements. An extensive comprehensive phasing plan will need to be developed with multiple phases that include construction work in a partially occupied building. The final scope of these renovations will be determined during interdisciplinary scope planning meetings as well as based on budget constraints. All design will be done according to VA specifications, Design guides, Infection Control guidelines and all applicable codes. The A/E shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.dcfm.va.gov/TIL/). The design will be structured so as to require minimum interruption of space function during construction. All work shall meet NFPA / Life Safety Code and comply with all applicable building codes. The work shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2010, if life-cycle cost effective (for the new construction), and to reduce the energy cost budget by 20% below pre-renovations 2003 baseline (for the renovation). This will include all Architectural, Structural, Electrical and Mechanical engineering associated with this project. Additional requirements of the A/E are as follows: 1. Provide contract specifications utilizing the VA Master Specifications edited to remove all impertinent specs for this project. 2. Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. A thorough as-built shall be conducted of the existing site conditions to complete a full detailed set of documents. 3. Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Salisbury Engineering/Facilities Management Service, Safety and Contracting Officer comments into the final design package. 4. Provide a 15% schematic layout review with multiple alternatives to be reviewed by the VA for proper direction prior to proceeding to 30% design. Provide four (4) sets of working drawings along with one (1) set of specifications, and cost estimate at the 30%, 60% and the 99% design review stage. At the final 100% design submission, submit six (6) copies of drawings along with two (2) sets of specifications, and cost estimates with two (2) of the six (6) copies being ½ scale "C". Also provide one (1) set of reproducible "Undersized E" size mylar prints stamped and signed by a Professional Engineer or Registered Architect, identical data in an AutoDesk AutoCAD 2011 compatible format as well as PDF FORMAT, along with electronic specifications in Microsoft WORD and estimate on CD. 5. Planning must include in the project a total of 20% of deductive bid alternate that will need to be identified and incorporated as part of the bidding documents. 6. Provide a detailed material/ labor cost estimate for construction of this project at the 100% design review stage. A detailed magnitude estimate at the 60% stage is acceptable. 7. Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. 8. Provide expeditious engineering responses to all design/conflict questions encountered during the construction term. 9. Provide construction period services to review all shop drawings and submittals prior to sending to the VA for final approval. 10. Provide twenty (20) construction period site visits to review progress of construction activities. Any additional visits will be negotiated as needed during construction and would be scheduled as requested by the Veterans Administration. 11. Provide final as-built drawings which will be developed based on construction period site visits and red line drawings from the contractor. Design completion timeframe is estimated to be 365 days after receipt of the Notice to proceed. In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $5,000,000 & $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 necessary for satisfactory performance of required services, to include a proposed management plan. (2) Specialized Experience and Technical Competence in the type of work required including, where appropriate, experience in designing for federal agencies, healthcare design, knowledge of Joint Commission and HIPPA requirements, energy conservation, pollution prevention, waste reduction, and the use of recycled materials, project control, and estimating effectiveness. (3) Capacity to Accomplish the Work: the general work load and staffing capacity of the design office which will be responsible for 51% of the design, and the ability to accomplish the work in the required time will be evaluated. (4) Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other federal agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. (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. (6) Reputation and standing of the firm and its principal offices with respect to professional performance, general management, and cooperativeness. (7) 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. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. SUBMISSION REQUIREMENTS: Qualified SDVOSB firms are required to submit (1) electronic SF 330 Parts I and II no later than 3:30 PM, EST on March 28, 2012. The SF 330 may be downloaded from www.gsa.gov/forms. All SF330 submittals must be sent to the attention of heather.hampton@va.gov, Subject Line: SF330 Submittal 659-337. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the e-mail or illegibility of the SF 330. The Contracting Officer will acknowledge receipt of the SF 330 as a reply to the e-mail address of the sender. Additionally, the submission must include an insert detailing the following information: 1. Dun & Bradstreet Number 2. Tax ID Number 3. The e-mail address and phone number of the Primary Point of Contact 4. A copy of the firms VetBiz Registry. NOTE: The SF 330 submission is limited to a MAXIMUM of thirty (30) pages, with a font size no smaller than 11. Any request for assistance with submission or other procedural matters shall be submitted via email only (heather.hampton@va.gov), telephone inquires will not be honored. FAILURE TO CLEARLY ADRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS ABOVE MAY RESULT IN REJECTION OF SF330. Award of any resultant contract is contingent upon the availability of funds. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three 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 June 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. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SaVAMC659/SaVAMC659/VA24612R1090/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-12-R-1090 VA246-12-R-1090_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301230&FileName=VA246-12-R-1090-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=301230&FileName=VA246-12-R-1090-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02683779-W 20120229/120227234831-540f21417b18edce50c55e25b5baae2f (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.