Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
DOCUMENT

C -- Design of Parking Garage / 503-311 - Attachment

Notice Date
4/5/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;James E. VanZandt VA Medical Center;Acquisition Office (90);2907 Pleasant Valley Blvd;Altoona PA 16602-4377
 
ZIP Code
16602-4377
 
Solicitation Number
VA24412R0044
 
Response Due
5/7/2012
 
Archive Date
7/6/2012
 
Point of Contact
Michael G. Koontz
 
E-Mail Address
Contracting Officer
(Michael.Koontz2@VA.Gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Project # 503-311, "Parking Garage" This announcement is for the selection of an Architect / Engineer Firm to perform design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits for the Construction of Project # 503-311, "Parking Garage" at the VA Medical Center in Altoona, PA. The magnitude of construction for the above referenced project is between $5,000,000.00 and $10,000,000.00. The estimated duration of design is 135 Days from the issuance of the Notice to Proceed. The Construction Period services are expected to begin within 90 to 180 calendar days from receipt of the 100% Submission Documents. The construction period of performance will be 365 Calendar Days from the issuance of the Notice to Proceed. It is anticipated that a Firm Fixed Price Contract will be awarded to the A/E Firm selected for the aforementioned design services. The most highly qualified A/E Firm will be required to participate in a Criteria Review Conference (CRC) prior to the submission of price proposals. Any cost associated with the participation in the CRC is not reimbursable. Contract award is subject to the availability of funds for FY 2012. Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified will be compiled on a shortlist of candidates who will be contacted for an interview. The following evaluation criteria, listed in descending order of importance, shall be used to evaluate firms and determine the most highly qualified firm for possible contract award. The Professional Qualification and Specialized Experience/Technical Competence (i.e., Evaluation Factors #1 & #2) factors are slightly more important than the other six factors (i.e. Evaluation Factors #3, #4, #5, #6, #7 and #8). 1. Professional Qualifications necessary for satisfactory performance of required services: This factor evaluates the individual experience of the persons that are to be assigned to the design team. The firms should provide information on the individuals from each relative discipline that are anticipated to be assigned to key positions on the design team. The key positions should include Project Managers, Quality Assurance Managers, Civil Engineers, Electrical Engineers, Structural Engineers, Mechanical Engineers, Fire Protection Engineers, and Environmental Engineers. 2. Specialized Experience and Technical Competence in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 3. Past Performance on Contracts with Government Agencies (particularly Department of Veterans Affairs) and Private Industry in Terms of Cost Control, Quality of Work, and Compliance with Performance Schedules: This factor shall be evaluated based on the information provided by the A-E on similar type projects, performance appraisals on file with the Department of Veterans Affairs, any government sponsored performance rating system and contact with personnel listed in the SF 330 regarding past performance as well board members personal knowledge of the firm. 4. Capacity to Accomplish the Work in the Required Time: This factor evaluates the ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the projects in the required time. 5. Location in General Geographical Area of the Project and Knowledge of the Locality of the Project: This factor evaluates the distance from the A-E firms design office from the location of work (James E. Van Zandt VA Medical Center). The personnel identified as the key design team staff are expected to work in the design office identified for evaluation of this factor. 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 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. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) codes for this work are 541310 and 541330. The small business standard is 4.5 million dollars. Service Disabled Veteran Owned Small Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company registration. Additionally, any potential awardees must also be registered in Central Contractor Registration Database (CCR). Registration can be accomplished by visiting www.ccr.gov. To be considered for this contract Firms shall submit three (3) hard copies of their Standard Form 330 (Parts I & II) and a CD copy of their Standard Form 330 (Parts I & II) to the James E. Van Zandt VA Medical Center Attention: Contracting Office/Annex, Michael G. Koontz, 2907 Pleasant Valley Blvd Altoona, Pennsylvania 16602-4377. Standard Form 330's must be received no later than 2:00 PM on May 7, 2012. Inquiries regarding this announcement can be sent to Michael G. Koontz via E-Mail Michael.Koontz2@va.gov. Submissions by Electronic means are not permitted. Additionally, the submissions must include an insert detailing the following information placed at the front of the Submission. "Duns & Bradstreet Number "Tax ID Number "The E-mail address of the Primary Point of Contact. "A printed copy of the firms VetBiz Registry. "A copy of the letter from the Center for Veterans Enterprise (CVE) verifying the firm's status as an SDVOSB. The letter must be must be current and no more than one year before the submission deadline. "A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime. "A copy of the firm's Pennsylvania State Licensure Special Note: An A/E Firm failing to provide any of the documentation detailed in the Sources Sought Notice will be determined as Non-Responsive and will not be considered. The following is an excerpt from the Scope of Work for Project# 503-311. As previously stated, this is not a Request for Proposal. The inclusion of the excerpts in the Sources Sought Notice is to provide a broad overview of the design project to assist the A/E Firms to prepare their SF330s. SCOPE OF WORK A. INTRODUCTION AND OVERVIEW This statement of work will be issued under contract "Parking Garage", Project No. 503-311. 1. Background With the Medical Center adding additional new building construction and experiencing increased outpatient specialty clinic activity, parking availability adequate to support daily operations has reached a significant shortage. Such shortage is creating an atmosphere where patients are electing to skip their appointments and physicians are electing to skip routine meetings and other non clinic related activities. The Medical Center created a temporary solution to expand existing parking into the grass areas and through new construction of surface parking. This still does not allow the center to meet the patient, student, visitor and staff parking requirements created by the lack of adequate mass transit support to or near the Medical Center. The inability to meet this parking demand increases patient complaints, decreases patient satisfaction with care, decreases timely staff movement about the campus and decreases the patients adequate access to care. 2. Scope of Work The A/E will furnish design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, fire reviews, energy reviews and site visits for Project No. 503-311, "Parking Garage". The project will provide for a pre-cast five level 200'x 200'parking garage with approximately 154,700 square foot (sf) total, to accommodate 449 stalls with an elevator. The top level of the structure will partially be used as a platform for mounting solar panels. The solar panels mounted on the fifth level will help meet the Federal Energy guidelines for renewable energy and reduced energy consumption. 3. Objectives Phase 1: A/E will provide a design that will demolish and remove the existing parking area located at the Southwestern part of the employee parking lot. The design will include the survey and establishment of control points, elevations, and topographical information required to complete the design of the parking structure and associated stormwater controls necessary to develop the site. The survey will also locate existing above and below ground utilities located within the construction site. Phase 2: A/E will provide a design to construct a five level, precast parking garage that will accommodate 449 standard parking stalls. The garage will include electrical lights, a utility/storage room area, stairs, elevators, an architectural finish, place for solar panels to be mounted, foundation, retaining wall system for construction if required, sprinkler system if required, It will meet all NEPA requirements concerning noise and pollution. It will also meet the most current design codes. Phase 3: A/E will provide a design that will include site layout, stormwater control, pedestrian and vehicular traffic and environmental impacts that are required to be completed to meet the VA design requirements. Phase 4: A/E will have obtained all permits required to begin construction prior to submitting the finals bid documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC503/AlVAMC503/VA24412R0044/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-R-0044 VA244-12-R-0044.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318020&FileName=VA244-12-R-0044-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318020&FileName=VA244-12-R-0044-000.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: James E. Van Zandt VAMC;2907 Pleasant Valley Blvd;Altoona, PA
Zip Code: 16602-4337
 
Record
SN02715233-W 20120407/120405235812-cdf8b16766f792de298d14b65cc33ad7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.