Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
DOCUMENT

C -- Project# 620-13-121 Demolition of Buildings 8,9,10 and 25 - Attachment

Notice Date
4/11/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24313I0914
 
Response Due
5/11/2013
 
Archive Date
7/10/2013
 
Point of Contact
Michael Giaquinto
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) 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 620-13-121 Demolition of Buildings 8,9,10 and 25. This Project will demolish buildings 8,9,10 and 25 at the Montrose VA Medical Center, 2094 Albany Post Road, Montrose NY 10548. This procurement is restricted to Veteran Owned Small Business (VOSB) and (SDVOSB) firms. 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 $7 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2013. Potential contractors must be registered in SAM (www.sam.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 Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns". In order to assure compliance with this clause, 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). LOCATION This Project will demolish buildings 8,9,10 and 25 at the Montrose VA Medical Center, 2094 Albany Post Road, Montrose NY 10548 SCOPE OF SERVICE REQUIRED The buildings associated with this design are unused and uninhabited. All are in a state of disrepair. They need to be demolished. All of these buildings are unsafe to enter. Objectives Design the demolition of Building 8,9,10,25, all connecting corridors out to the door of the next functioning building and all associated basements, utility basements, below grade service rooms, utility tunnels, attics and penthouses. Also required in the design is the requirements needed to maintain all utilities during and post project, if needed, for continuity of service to the rest of the campus buildings. Period of Performance The period of performance for design and construction period services shall be 1825 days from Notice to Proceed. 270 days for the design and the remainder will be for construction period services should the demolition be phased separately in four consecutive years. Place of Performance / Place of Delivery The place of performance for this contract is VA Montrose. Scopeor Tasks (for services) The AE shall provide all necessary labor and expertise required to provide the VA Hudson Valley with Working Drawings for the Demolition of Buildings 8,9,10,25 all associated connecting corridors out to the door of the next functioning building, all associated basements, utility basements, below grade service rooms, utility tunnels, attics and penthouses. Also required in the design is the requirements needed to maintain all utilities during and post project, if needed, for continuity of services to the rest of the campus buildings. Consideration in the design will also be given to the potential of regulated waste and universal waste materials such as PCB concentrations in ballasts, caulk, etc. Design will also accommodate our GEMS goals of "0" (zero) landfill waste removal. Codes required for compliance in this project include but are not limited to: 1.NFPA 2.New York State Fire Prevention and Building Code 3.ADAAG 4.ASHREA 5.NEC 6.AISC 7.ACI The latest edition of code as of the time of contract being signed shall be used. In addition, any governing requirements that are scheduled to take effect on or before December 31st, 2016 are to be included in the design. The Architect-Engineering (AE) firm shall be responsible for communication with, submission to, review with, and satisfaction of all necessary reviews with regulatory bodies. There shall be a preliminary engineering report supplied to all governing regulatory agencies with the 65% preliminary submission, and approval of this preliminary report must be received before the 100% preliminary design is considered complete. There shall also be a final engineering report supplied to all governing regulatory agencies with the 65% contract drawing submission, and approval of this preliminary report must be received before the 95% contract drawing design is considered complete. 100% complete contract submission package shall be submitted to the VA 14 days after 95% contract drawing design is approved. The AE firm is responsible for all other submissions required by these agencies for review, and for any corrections or adjustments required as a result of these reviews. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) The VA contracted an initial design project that entailed the proper removal and disposal of ACM and LBP from Building 8,9,10 & 25 on the FDR, Montrose property. The government will supply the aforementioned results of this Asbestos Abatement, Lead Base Paint removal documentation to be incorporated into this demolition design project. Security The AE firm shall obtain day passes for any site visits from the police station. If personnel from the AE firm are expected to be on site more than five (5) days (cumulative) during the design, they shall file paperwork to obtain a permanent ID for the station. Necessary paperwork can be obtained from the COTR. The AE personnel who intends to take photos must inform the COTR, at least 48 hours ahead to time, of such intentions. Safety Codes / Certification / Licensing The AE firm shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA fire code, OSHA, VA Design Guides, etc. Labs used by the AE firm for water testing shall be licensed as required by the governing agencies, and their certifications and licenses shall be included in the engineering reports. Travel No travel as a result of this project is anticipated. Special Material Requirements No special materials are anticipated for this contract. Any Other Requirements unique to the solicitation. This contract will include, as required, testing, sampling, and investigative work for determination of the existence of PCB's within the building and its components including but not limited to caulk and lighting ballasts. Include all findings and methodologies, in the final demolition design, for the proper handling, removal and documentation of all PCB containing materials found within the projects parameters in accordance to local, state and federal codes and regulations. COST RANGE Estimated Construction Cost Range: Between $5,000,000 and $10,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design is as follows: A/E meets with VA staff 180 calendar days from NTP date A/E submits 65% Preliminary/Schematic material NTP +45 days Review of 65% Preliminary/Schematic material NTP +55 days A/E submits 100% Preliminary/Schematic material NTP +86 days Review of 100% Preliminary/Schematic material NTP +98 days Deliver 65% Working Drawings NTP +129 days Review 65% Working drawings NTP +140 days Deliver 95% Working Drawings NTP + 180 days Review 95% working Drawings NTP + 195 days Deliver 100% Working drawings NTP + 215 Review 100% Working drawings NTP + 230 A/E submits final complete package to be advertised NTP + 15 270 Calendar days Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. I - TEAM PROPOSED FOR THIS PROJECT Background of the personnel A. Project Manager B. Other key personnel C. Consultants II - PROPOSED MANAGEMENT PLAN Team organization A. Design Phase B. Construction Phase III- PREVIOUS EXPERIENCE OF PROPOSED TEAM Project Experience IV - LOCATION AND FACILITIES OF WORKING OFFICES A. Prime firm B. Consultants V - PROPOSED DESIGN APPROACH FOR THIS PROJECT A. Proposed design philosophy B. Anticipated problems and potential solutions VI - PROJECT CONTROL A. Techniques planned to control the schedule and costs B. Personnel responsible for schedule and cost control VII - ESTIMATING EFFECTIVENESS Ten most recently bid projects VIII - SUSTAINABLE DESIGN Team design philosophy and method of implementing IX- MISCELLANEOUS EXPERIENCE & CAPABILITIES A. Interior Design B. CADD & Other Computer Applications C. Value Engineering & Life Cycle Cost Analyses D. Environmental Assessment E. Energy Conservation & New Energy Resources F. CPM & Fast Track Construction G. Specialized Experience H. Alternate Delivery Method - CMc, D/B, etc.. X - AWARDS A. Awards received for design excellence XI - INSURANCE AND LITIGATION A. Type and amount of liability insurance carried B. Litigation involvement over the last 5 years & its outcome LIMITATIONS VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit Three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on May 11, 2013, including Past Performance Questionnaires (attachment 1). May 1, 2013 shall be the deadline for all questions. All submittals must be sent to the attention of Michael Giaquinto (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-62, Bronx, NY 10468-3904. 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 and; 4.A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (michael.giaquinto2@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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/BroVANAP/VAMD/VA24313I0914/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-13-I-0914 VA243-13-I-0914.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=699525&FileName=VA243-13-I-0914-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=699525&FileName=VA243-13-I-0914-000.docx

 
File Name: VA243-13-I-0914 Attachment 1 -AE Performance Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=699526&FileName=VA243-13-I-0914-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=699526&FileName=VA243-13-I-0914-001.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: Montrose Campus;VA Hudson Valley Healthcare System;138 Albany Post Road Route 9A;Montrose NY
Zip Code: 10548
 
Record
SN03034992-W 20130413/130411235833-388e27af7f8e570b448733fc65830177 (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.