Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2014 FBO #4690
DOCUMENT

C -- 573-15-102 - 573-15-1-3285-0011 - Renovate 3A for Gastroenterology and Pulmonary Clinic - Attachment

Notice Date
9/25/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Malcom Randall VA Medical Center;1601 SW Archer Road, Room E508-1;Gainesville FL 32608-1135
 
ZIP Code
32608-1135
 
Solicitation Number
VA24814R1770
 
Response Due
10/31/2014
 
Archive Date
12/30/2014
 
Point of Contact
William Clark
 
E-Mail Address
6-1611
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINNERING (A-E) SERVICES PROJECT# 573-15-102 RENOVATE 3A FOR GASTROENTEROLOGY AND PULMONARY CLINIC Contracting Office: Department of Veterans Affairs, Malcom Randall VA Medical Center, Gainesville, FL. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT, TO INCUDE SF 330 DOCUMENTS, IS CONTAINED HEREIN. ****FAILURE TO PROVIDE ANY AND ALL REQUIRED DOCUMENTS AS INDICATED IN THIS NOTICE, WILL AUTOMATICALLY RESULT IN NOT BEING CONSIDERED FURTHER FOR THIS PROJECT. THE VA WILL NOT BE FOLLOWING UP WITH ANY RESPONDENTS SEEKING INFORMATION THAT WAS NOT PROVIDED**** This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Department of Veterans Affairs, Malcom Randall VA Medical Center, Gainesville, Florida, is soliciting and intends to award a firm fixed price contract for Architect/Engineering (A-E) services for development of complete Construction Documents (i.e. working drawings, specifications, and reports) and perform Construction Period Services for this project entitled: Renovate 3A for Gastroenterology and Pulmonary Clinic, Malcom Randall VA Medical Center, 1601 SW Archer Road, Gainesville, FL 32608. The NAICS code for this A/E project is 541310 (Architectural Services). The estimated magnitude for construction is between $2,000,000 and $5,000,000. The projected NAICS code for future bid build project will be 236220. The anticipated award date of the Construction phase of the Project is May 01, 2016. The anticipated award date of the proposed A-E Contract is on or before March 31, 2015. The anticipated period of performance of the A-E contract is 240 calendar days, excluding Government holidays. The anticipated period of performance for the construction contract is estimated to be 365 calendar days. Duration of Construction Period Services and Authority: The A-E will be responsive to the Malcom Randall VA Medical Center and provide basic A/E services during the construction period services phase of this project. The A/E shall serve the Government in an advisory and consultant capacity. The A/E firm shall not provide administration of the construction contract. Construction Project Overview The Malcom Randall VA Medical Center, Gainesville, FL, has a requirement to renovate 3A for the Gastroenterology and Pulmonary Clinic. This project will be for the A-E services necessary to accomplish this renovation. The design of this project will address, but will not be limited to, the following items: 1.Design/Re-Configuration of the Clinics - based on the VA Design Guide/ Space Criteria. Gastroenterology will have 10 exam rooms total and Pulmonary Clinic 2 exam rooms. 2.Site Investigation(s) - to support the redesign/reconfiguration of all existing architectural, plumbing, structural, mechanical, and electrical facilities associated with the design of the area. 3.Evaluation of the Existing HVAC - to determine if it is usable or if a new system needs to be designed. Operational parameters, and its associated equipment, shall be monitored at the Graphics Control area through the existing Emergency Management System (EMS). 4.Asbestos Abatement - which shall be included as part of the Design documents. 5.Phasing Plan - The area will be active during renovations. Phasing is critical to insure minimal interruption of operations. Also considered in the Phasing Plan will be the availability of utilities, to include emergency power, as well access to the construction area. As a general rule the VA does not want this traffic through the hospital. 6.Make Recommendations - on construction phasing to minimize the impact on regular facility operations, especially during utility shut downs. 7.Space Utilization - to obviously maximize space, while considering the best patient flow. 8.Develop Complete Construction Documentation - to include, for example, Design Analysis Report, drawings, specifications, cost estimate, all of which will be used for the construction bidding/proposal process. 9.Coordinate site visits with the VA Staff. All designs shall incorporate all architectural and engineering disciplines necessary to provide for a complete and functional design. 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 selected A/E firm will be required to perform all necessary on-site survey work for this project such as verifying record drawings, and existing site conditions. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, renderings, working drawings, site visits, meetings and meeting minutes, staff interviews, phasing/scheduling, and other related information and services. The A/E firm shall furnish technical services for schematic design, design development and construction documents. The selected contractor will hire a Certified Independent Third-Party Safety Professional (CITP) for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. The A/E will be required to perform all necessary site survey work such as verifying record drawings. Potential contractors must be actively registered in the System for Award Management (www.sam.gov) and be visibly verified as a Small Disable Veteran Owned Business (SDVOSB) in Vet Biz (www.vetbiz.gov) at time of qualification submission. Failure to either be actively registered in SAM or visibly verifiable in VetBiz at the time of submission will result in no further consideration by the VA. By responding to this Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74. 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 cost of contract performance will be expended by the concern's employees. Additionally, in response to this Notice, the concern will indicate the business size and type of all subcontracted firms to be used, to include what percentage of contract performance will be expended by each of those firms. Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (e.g. - SDVOSB, VOSB, 8(a), small or large business). The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. 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. If your concern's SDVOSB status is protested, and based upon the evidence submitted, the protest is sustained, then the concern is now ineligible for award, and may also be liable for any and all re-procurement costs, to include either pre-award costs (solicitation re-issuance) or post-award costs (contract termination and re-procurement). SUBMISSION REQUIREMENTS: ***Failure to provide all information will result in not being considered further for this project. The VA will not follow up with any firm in an attempt to request information that appears to be missing.*** 1.SF 330s, Parts I & II - FOUR (4) HARDCOPIES AND ONE (1) DIGITIAL COPY. 2.SF330 INSERT - Insert within each HARDCOPY package, which includes: DUN AND BRADSTREET NUMBER oFor the A-E firm oFor all subcontractors and consultants, ? TAX ID Number oFor the A-E firm oFor all subcontractors and consultants, BUSINESS STATUS (SIZE/TYPE) oSubcontractor and Consultants "Whether SDVOSB, VOSB, 8(a), Small or Large VETBIZ REGISTRY oCopy of VetBiz "Verified SDOVSB - for the A-E firm oCopy of VetBiz "Verified SDOVSB - for all subcontractors and consultants, who are claiming "Verified SDVOSB" status. STATE OF FLORIDA REGISTRTION oCopy of A-E firm's State of Florida Registration oCopy of all subcontractor or consultant State of Florida registration. Only required if a subcontractor(s) or consultant(s) will be stamping drawings PERCENTAGE OF WORK TO BE PERFORMED (+/-5%) oA-E FIRM oSUBCONTRACTORS o CONSULTANTS ? A-E POINT-OF-CONTACT oE-mail address oPhone number for the Primary Point-of-Contact. DUE DATE FOR SUBMISSION: Received no later than 4:00 PM, EST on Friday, October 31, 2014 at the address indicated below. (NO EMAIL SUBMISSIONS WILL BE ACCEPTED) SEND SUBMITTALS TO: Mailed Submittals:Malcom Randall VA Medical Center Attn: William Clark, Contracting Officer 1601 SW Archer Road, Room E508-1 Gainesville, FL 32608 Hand Carried Submittals:SAME ADDRESS SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1.Professional qualifications necessary for satisfactory performance of required service. 2.Specialized experience and technical competence in the type of work required, including, where appropriate, LEED certification, as well as 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. Location in general geographical area of the project and knowledge of the locality of the project, specifically, the firm's home office is within 350 miles of Gainesville, FL. (Determination of mileage eligibility will be based on www.mapquest.com). 5.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 6.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 7.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 8.Percentage of work done by SDVOSB verified firms, to include SDVOSB-verified subcontractors. REQUESTS FOR INFORMATION: All RFIs shall be submitted to William.Clark1@va.gov. The Subject line shall read; "RFI-VA248-14-R-1770, Renovate 3A for Gastro and Pulmonary Clinic." The RFI period shall open at the posting of this notice and will close on Friday, October 17, 2014. ***** RFIs regarding the follow on construction solicitation will not be addressed at this time***** If any firm wishes to be excluded from further consideration after submission of package, please send an email notification, signed by firm owner/officer, to William.Clark1@va.gov PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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 information. Point of contact is William Clark, Contracting Officer, (352)376-1611, x 4581 William.Clark1@VA.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24814R1770/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-R-1770 SOURCES SOUGHT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1652794&FileName=VA248-14-R-1770-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1652794&FileName=VA248-14-R-1770-000.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: Department of Veterans Affairs;Malcom Randall VA Medical Center;1601 SW Archer Road, Room E508-1;Gainesville, FL
Zip Code: 32608
 
Record
SN03528746-W 20140927/140926000025-7cce090e8262b506712de644de23e08e (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.