Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
DOCUMENT

R -- A-E Structural Inspection - Attachment

Notice Date
5/1/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24812R1345
 
Response Due
5/31/2012
 
Archive Date
8/29/2012
 
Point of Contact
Melissa Keene, Contract Specialist
 
E-Mail Address
a.keene2@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contracting Office: Department of Veterans Affairs, Bruce W. Carter VA Medical Center, Miami, Florida THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Project is Subject to Availability of Funds. Point of contact: Melissa Keene, Contract Specialist PH: 813-631-2811 Email:Melissa.keene2@va.gov. The Department of Veterans Affairs, Bruce W. Carter VA Medical Center, Miami, Florida is soliciting and intends to award a firm fixed-price contract for Architect/Engineering services to an A/E for a structural evaluation and the preparation of a rehabilitation plan for Project 546-12-106, Structural Inspection. The A&E will be given written information; participate in pre-bid meetings, and progress meetings as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. The Miami VA Medical Center is a working facility and phasing plans, minimizing downtime, and provisions for continuation of service during outages is critical to this project. Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5M. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. DESCRIPTION: This purpose of this project is for the structural evaluation by a professional architecture/engineering team and the preparation of a rehabilitation plan for the original Building One , designed in 1964 and approximately 793,206 square feet of gross building area, at the Miami VA Medical Center. The original structure is still intact with 12 usable floors over the basement, a 13th floor for mechanical equipment and a 14th floor for a machine room. Originally, the facility was designed as a 1062 bed medical facility but currently it utilizes only about 345 beds. Two thirds of the hospital rooms are now used for more intense, high occupancy uses such as waiting rooms, retail areas, training rooms, offices and storage rooms with a higher rate of occupants and equipment per square foot. The result is increased load on the floor slabs. The selected A/E firm will be required to perform a structural inspection to include all necessary on-site survey work for this project such as verifying record drawings, existing site conditions, and performing investigative work. Work may include physical inspection, non-destructive testing, video inspections of void spaces, to include below ground areas and foundation inspections, and removal of drop ceiling tiles. The A/E will also be required to prepare a rehabilitation plan describing phased process for correcting deficiencies, required alterations and/or strengthening with preliminary construction estimates of the same. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. The selected A/E should have previous experience in structural inspections and rehabilitation plans of a medical facility of this nature and square footage. All Documents/Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the A&E; however, their accuracy shall be field verified by the A&E and all consulting firms as part of investigative services. The estimated start of design on this project is the fourth quarter (July-September) of FY 2012. The period of performance will be 150 days after the notice to proceed. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1) Professional Qualifications necessary for the satisfactory performance of required services (in-house and/or consultants(s)) 2) Specialized Experience and Technical Competence in the type of work required (Include Government and private Experience) 3) Recent Team Experience 4) Past performance on contracts with Government agencies and private industry. 5) Quality Control of the design documents. Performance on cost control, quality of work, and compliance with performance schedules. 6) Capacity to accomplish the work in the required time. 7) Location in general geographical area of the project and knowledge of the locality of the project; SUBMISSION CRITERIA/REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 is limited to 100 single-sided pages. Minimum font size is 10 point. Additionally, the submission must include an insert detailing the following information: 1. Cage Code 2. Dun & Bradstreet Number 3. Tax ID Number 4. The E-mail address and Phone number of the Primary Point of Contact 5. A copy of the firms VetBiz Registry Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 1:00 PM, EST on May 31, 2012. All SF330 submittals and questions must be sent electronically to the attention of Melissa Keene, Contract Specialist at Melissa.keene2@va.gov. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Cover letter, attachments and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: All firms must be registered in Central Contractor Registration (CCR) prior to contract award. Registration information is available at www.ccr.gov. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be 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. Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. 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). Site visits will not be arranged during this period. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF330s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24812R1345/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-R-1345 VA248-12-R-1345.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=332046&FileName=VA248-12-R-1345-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=332046&FileName=VA248-12-R-1345-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02736037-W 20120503/120502000146-38451f791ce17b33167de5b450c55d48 (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.