Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2013 FBO #4190
DOCUMENT

C -- 630A4-10-448 Install Split Units-OPC Pharmacy & Police Ops - Attachment

Notice Date
5/13/2013
 
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
VA24313I0877
 
Response Due
5/28/2013
 
Archive Date
8/26/2013
 
Point of Contact
Jerry Borowka
 
E-Mail Address
0-2835<br
 
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 630A4-10-448 Install Split Units-OPC Pharmacy & Police Operations Room at the Brooklyn Campus, VA New York Harbor Healthcare System, 800 Poly Place Brooklyn, NY 11209-7104. This procurement is restricted to Veteran Owned Small Business (VOSB) 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 $ 500,000 and $1,000,000.00. 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 Brooklyn Campus, VA New York Harbor Healthcare System, 800 Poly Place Brooklyn, NY 11209-7104 SCOPE OF SERVICE REQUIRED Provide all necessary architect/engineer services to prepare construction documents for the project entitled Install Split Units-OPC Pharmacy & Police Operation Room (BK) at the New York Harbor Healthcare System-Brooklyn Campus. I. Specific Requirements: Scope of Work 1.The A/E shall provide all services necessary for preparation of complete construction documents, construction period services, and site visits. Work includes verification of existing as-built drawings, preparation of contract documents and specifications, detailed cost estimate. 2.The A/E shall provide complete contract drawings and specifications including demolition, architectural, plumbing, mechanical and electrical drawings for construction. 3.The A/E shall provide construction period services to include submittal review provide response to RFI, site/visits/inspections, prepare as-built drawings from contractor mark-up. 4.The design shall include installing new duct system supplement cooling to existing outpatient pharmacy in the basement and new ductless supplemental cooling system in the police operational room on the ground floor of Building 15. 5.The design shall include additional cooling system to serve the Outpatient Pharmacy in the Basement of the OPC Building #15. New air supply ducting/diffusers to be installed in the narcotic rooms, medication storage room, Optifill assembly tray area, and filing area. 6.Modify existing return line to return and exhaust branch line to accommodate the new cooling. 7.Design also to include ductless split unit at the police operational room at the ground floor. 8.Install the split unit compressors on the exterior of the building. 9.Install relative humidity controls and timer to the units to turn on the unit from 6pm-7am M-F and 24/7 on the weekends and holidays. 10.Incorporate all necessary construction phasing as required to implement the construction. 11.All designs shall be in compliance with all VA HVAC design guides, NFPA 101, NEC and all other applicable codes 12.Provide a detailed cost estimate for the project of the completion of 30%, 60% and 100% construction documents. 13.A/E shall have access to all available "As-Built" drawings. II. INDUSTRIAL HYGIENIST (I.H.) The following tasks shall be performed in accordance with VA Design requirements: a.Inspect project area. b.Sample all suspect materials c.Review all sample analysis d.Submit all laboratory analysis e.Design and specify all appropriate approaches and techniques to asbestos abatement. f.Review all asbestos submittals and provide construction period services during construction. g.Provide air monitoring services during the removal of asbestos material. III. All designs shall conform to NFPA 101 Life safety codes, NFPA 99 Healthcare Facilities and all VA Standards and Criteria, TIL. IV. The following items must be incorporated in A/E design: a.Meet with VA Engineering staff to determine the exact functional requirements to be used for the design b.Recommend various options for the Hospital Engineer to evaluate.Options to include completion time,phasing, noise,dust,infection control,construction costs impact,feasibility and compliance with overall Hospital objectives c.Provide all necessary site survey work to verify as-built drawings and field conditions. d.Provide construction services and site visits. e.Submit a detailed cost estimate at the completion of 30%, 60% and 100% construction documents. V. DOCUMENT REVIEW The A/E shall provide and furnish three(3)sets of drawings and specifications and a detailed cost estimate at 30%, 60% and 100% completion of stage reviews for Contract documents.Provide six (6) sets of completed contract drawings and specifications for bidding purposes and three(3)copies of 100% detailed cost estimate. VI. MYLARS AND AS-BUILT DRAWINGS Contract originals shall be prepared on standard VA Drawing sheet of mylars using Auto-Cad version 2009.The A/E shall provide one(1) set of mylar drawings to the VA for record plans at the completion of the design.The A/E/ shall incorporate all Construction changes to the As-built drawings at the completion of the Construction and the A/E shall turn over all the changes in the As-built Drawing to the VA. COST RANGE Estimated Construction Cost Range: $ 500,000.00 to $1,000,000.00 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 and start and end dates for the construction are as follows: Start Preliminary studies and contract documents ¦ ¦ ¦ ¦ ¦ ¦.Upon Award Deliver first review material (30%) complete ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦Award plus 30 CDs Review first review material (30%) complete ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦Award plus 45 CDs Deliver second review material (60%) complete ¦ ¦ ¦ ¦ ¦ ¦ ¦Award plus 75 CDs Review second review material (60%) complete ¦ ¦ ¦ ¦ ¦ ¦ ¦Award plus 90 CDs Deliver final 100% Contract Documents for bidding purposes ¦..Award plus 120 CDs Completion Time is estimated at 120 Calendar Days (CDs).Design: 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. 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 two (2) 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 28, 2013. All submittals must be sent to the attention of Jerry Borowka (10N3NCO), VA Medical Center, 800 Poly Place, Room G-27, Brooklyn, New York 11209-7104. ? 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 (jerry.borowka@va.gov), telephone inquires 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/VA24313I0877/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-13-I-0877 VA243-13-I-0877_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=752565&FileName=VA243-13-I-0877-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=752565&FileName=VA243-13-I-0877-001.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: VA MEDICAL CENTER;800 POLY PLACE;BROOKLYN, NEW YORK
Zip Code: 11209
 
Record
SN03060674-W 20130515/130513234803-5c0f26d14dda67db701ff40f45271066 (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.