Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
DOCUMENT

C -- A&E Replace Exterior Windows Project#693-13-111 - Attachment

Notice Date
6/26/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Wilkes Barre VAMC;Acquisitions (049E);1111 E End Blvd;Wilkes Barre PA 18711-0030
 
ZIP Code
18711-0030
 
Solicitation Number
VA24413R1121
 
Response Due
7/29/2013
 
Archive Date
10/27/2013
 
Point of Contact
Everett E Shaver
 
E-Mail Address
824-3521
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1. CONTRACT INFORMATION: This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541310, Architectural / Engineering services. The contract is anticipated to be awarded about December 2013. It is anticipated that one contract will be awarded from this announcement is estimated between $250,000 and $500,000. (a)Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the Central Contractor Registration (CCR) database. Register via the CRR internet site at http://www.ccr.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. (b)Nature of Work: Provide Architectural / Engineering services required are for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. This work will involve the removal of existing windows and necessary renovations for walls, ceilings, fixtures, flooring, plumbing, electrical and HVAC equipment. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. The services of an independent fire safety engineering firm will be required to review the drawings and specifications. 2. PROJECT INFORMATION: Replace Exterior Windows: (a)This project consists of the Professional Design Services for the development of Construction Bid Documents and related Construction Period Services for the replacement of existing windows with new windows in Building 1, Building 11, Building 12, Building 17, Building 21, and Building 27 of the Wilkes-Barre VA Medical Center. Work under this project will include architectural, structural, electrical, mechanical/HVAC, plumbing, and life safety. This project shall include the design for new improved window systems at the Wilkes-Barre VAMC that promote the use of natural light using patient centered care design and Planetree philosophy principals, as well as energy efficiency. The work shall also include exterior design work for the repair/replacement of concrete overhangs. (b)All designs must, at a minimum, be in accordance with all applicable Federal, State and Local codes as well as the Department of Veterans Affairs (VA) publications (Master Construction Specifications, Space Criteria, Construction Standards, etc.). Work under this project may involve environmental considerations, such as lead paint and/or asbestos removal, which shall be addressed within the design and included within the Construction Bid Package. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. (a)Team proposed for this project; a.Background of the personnel b.Project Manager c.Other Key Personnel d.Consultants (b)Proposed Management Plan; a.Team organization b.Design Phase c.Construction Phase (c)Previous Experience of Proposed Team; a.Project experience (d)Response Time; a.Prime Firm b.Consultants (e)Specialized Experience and Technical Competence a.Architectural, structural, environmental, electrical, plumbing and mechanical design b.Interior design (f)Project Control; a.Techniques planned to control the schedule and costs b.Personnel responsible for schedule and cost control (g)Estimating Effectiveness; a.Five most recently bid projects (h)Miscellaneous Experience and Capabilities: a.Experience in healthcare clinical design b.Experience with VA patient-centered care or Planetree philosophy c.Experience using evidence based design for interior features to promote healing environments d.Experience in ADA e.Experience in NFPA 101 Life Safety code f.LEED certification g.Energy conservation h.Interior design i.Industrial Hygienist 4. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). The NAICS for this project is 541310. Where to Submit: Offerors shall submit all original proposals to: Wilkes-Barre VA Medical Center, 1111 East End Blvd Wilkes-Barre, PA 18711 ATTN: Contracting (Everett Shaver) Everett.shaver@va.gov All quotes must be clearly marked with the subject line displaying the solicitation number (a)Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. (b)The A-E shall not include company literature with the SF 330. (c) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (d) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (e) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. (f) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (g) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (h) In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (i)In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (j)Personal visits to discuss this announcement will not be allowed. 5. SOLICITATION: (a) A solicitation will only be issued to the most highly qualified vendor. (b)Point of Contact: Contracting - Everett E Shaver Jr., 570-824-3521 ext 4864, E-mail any questions to: Everett.Shaver@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WBVAMC693/WBVAMC693/VA24413R1121/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-13-R-1121 VA244-13-R-1121.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=835019&FileName=VA244-13-R-1121-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=835019&FileName=VA244-13-R-1121-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03100881-W 20130628/130626235939-0b750dce58593419dfe7dd86c62284d3 (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.