Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
DOCUMENT

C -- A&E Design, Repair Electrical Deficiencies - Attachment

Notice Date
4/13/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 324, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24812R1246
 
Response Due
5/4/2012
 
Archive Date
6/3/2012
 
Point of Contact
Joyce Powers
 
E-Mail Address
joyce.powers1@va.gov
(joyce.powers1@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Bay Pines VA Healthcare System located in Bay Pines, Florida, is seeking a qualified Architectural-Engineering firm to perform A/E services. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business. In order to be considered for award firms responding to this announcement shall be registered in VETBIZ a Service Disabled Veteran Owned Small Business. The link to the VETBIZ site is http://www.vip.vetbiz.gov/. Contract Information: A Firm Fixed Price A/E Design Services contract is contemplated for Project 516-12-604, Repair Electrical Deficiencies, Phase I. The NAICS code for this acquisition is 541330 Engineering Service, Size Standard is $14 Million. Eligible prime contractor firms must have a working office located within 250 miles of the Bay Pines VA Medical Center. The estimated construction cost range of this project is between $500,000 and $1,000,000. The Design Period of Performance shall be 190 calendar days after award of the contract. Design reviews at 30%, 65%, 95% and 100% will be required. In order to be considered for award, interested firms responding to this announcement are required to be registered in the Central Contractor Registration (CCR) and submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. Scope of Work: The A/E shall provide a complete A/E design to repair Electrical Deficiencies, Phase I, at the Bay Pines VA Medical Center, located at 10000 Bay Pines Blvd, Bay Pines, FL 33744. The A/E will provide design services relating to site lighting, MDP panels, replacing wiring and light fixtures, supply emergency power, and containment plan for infection control. Work includes, but is not limited to site investigation (including surveying and location of existing utilities), designing and preparing drawings, phase planning, specifications, cost estimates, and construction period of services for all disciplines. The work shall be done in a way that allows the building to be occupied and operational during working hours once the new equipment is fully operational. Electronic copies of drawings are to be provided in the current version of AutoCad or its companion products (digitally signed DWGs) and PDF format in individual sheet files on CD-ROM. The A/E shall provide and coordinate the review of the Life Safety Provisions of the project design with a certified third party, independent licensed Fire Protection Engineer. Areas to be reviewed: NFPA Code Compliance, Environmental, Emergency Preparedness, National and Local Building Codes, Disability Accessibility Compliance OSHA, and Life Safety Codes, etc. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria (1 page maximum): (1) Professional qualifications necessary for satisfactory performance of required services. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, Environmental Engineers, Architects, Estimators, Specification Writers, Surveyors, and Draftsmen (2) The organization of the proposed design team that will be managing the project during both the design and construction phases (3) The experience of the team working on projects that involve correction of Electrical Deficiencies, as well as any experience working with the Department of Veterans Affairs or any other healthcare setting (4) The geographic proximity of each firm to the Bay Pines Area of both the Prime Firm and any Consultants. The desired proximity to BAY PINES is 250 miles. (5) Proposed design approach for this project, philosophy and method of implementing energy conservation/sustainable design, anticipated problems, and potential solutions. (6) Techniques and personnel responsible for controlling the schedule and costs of this project (7) A review of ten (10) most recent projects to determine how effective the construction cost estimate provided was to the actual bid costs of those projects. (8) The team philosophy and method of implementing a sustainable design including low impact materials, energy efficiency, use of recyclables and recycling of demolished materials (9) Miscellaneous Capabilities: qualifications/quality of Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environment and Historic Preservation, CPM, and Fast Track Construction (10) Awards received by the Design Firm and any team member for Design Excellence (11) The type and amount of liability insurance carried as well as any litigation involvement in the last 5 years. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. Three or more firms deemed most highly rated after initial source selection will be chosen for interviews. Qualified firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. 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. Submission Requirements: A/E firms responding to this announcement shall submit two (2) hard copies and one (1) electronic completed copy of a Standard Form (SF) 330, Architect-Engineer Qualifications, to the Contracting Office Address shown on page 1 and email address provided below. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Submit required documents no later than 2:00 PM, EST., 4 May 2012. This notice is issued solely for information and planning purposes only. This is NOT a request for proposal. Questions may be directed via email to Joyce Powers - joyce.powers1@va.gov. No phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24812R1246/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-R-1246 VA248-12-R-1246.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=322188&FileName=VA248-12-R-1246-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=322188&FileName=VA248-12-R-1246-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02722242-W 20120415/120413235600-5663bb1bae91d37aa35b921d42373e3e (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.