Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
DOCUMENT

C -- AE Design Services for the development of a complete set of construction documents for Project No.: 672-15-109 Install Non-Structural Components and Equipment Seismic Correction and Remove Asbestos in the Basement Area. - Attachment

Notice Date
6/8/2015
 
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
VA24815R1441
 
Response Due
7/9/2015
 
Archive Date
9/7/2015
 
Point of Contact
Mark Johnson
 
E-Mail Address
.johnson@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contracting Office: Network Contracting Office - 8, Department of Veteran Affairs 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: Mark Johnson, Email: w.mark.johnson@va.gov The Department of Veterans Affairs, VA Caribbean Healthcare System, San Juan Puerto Rico is soliciting and intends to award a firm fixed-price contract for Architect/Engineering service to a registered Architectural - Engineering contractor (AE) for the development of complete construction documents for Project No.:672-15-109 Install Non-Structural Components and Equipment Seismic Correction and Remove Asbestos at Basement Area. The AE will be given written information; participate in project planning meetings, pre-bid meetings, and pre-construction 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 Caribbean Healthcare Facility (San Juan VAMC) 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 $15M. The AE that will design and prepare specifications in conjunction with this contract is prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. To be eligible for consideration, the selected firm must be incompliance with Act 173 which requires that all Professional Engineers (PE) must be licensed in the Commonwealth of Puerto Rico. The profession of engineering and land surveying in Puerto Rico is regulated by the Puerto Rico State Department (Departamento de Estado) through the PR Examining Board of Engineers and Land Surveyors (Junta Examinadora): http://www.estado.gobierno.pr/ At this time, Puerto Rico has given Professional Credential Services (PCS) the task to conduct the licensing process of individuals (either by examination or reciprocity with other states): https://pr.pcshq.com/?page=ingenierosyagrimensores,PReng-licenselist Additional Puerto Rico contact information: PCS Phone Number: 888-773-9266 PCS fax: 615-846-0153 Email Address:pringenieros@pcshq.com This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. Only SDVOSB SF330s will be accepted. Description: This project is to provide engineering design services to develop detailed as built drawings, design and bidding documents, construction cost estimates, construction phasing schedule and provide necessary construction period services for the project titled "Install Non-Structural Components and Seismic Correction and Remove Asbestos at Basement Area". 1. The AE shall take into consideration all necessary life safety measures and infection control as well as hospital flow when designing the construction phases. 2. Provide a new construction estimate as part of the SOW The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide 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, if available, will be handed to the A&E for their use; however, their accuracy shall be field verified by the A&E and all consulting firms as part of investigative services. The AE will be required to perform all necessary site investigations such as verifying record drawings. The following investigative work shall be included within the scope of this project: 1. Provide all Engineer investigative work for application to this project including but not limited to site surveys, study analysis and any other tests required to insure the provided design is feasible and absent of major obstacles for successful project completion. Perform field verification for existing conditions to insure the accuracy of your design. AE will be responsible to perform all necessary structural, electrical, cooling and heating loads calculations to perform an optimum design. 2. Field verify all VA furnished drawings to insure AE design is accurate. It is the AE's responsibility to determine existing conditions and to base the design on this information. 3. Materials to be furnished to the AE by the VA - The following shall be Furnished to the AE upon request: a. The VA Engineering Service will provide the AE with all applicable drawings for the project. The accuracy of the paper copies of Drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the AE and all consulting firms. The AE will then make copies of these drawings at the VA using VA equipment. b. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the sites listed below http://www.cfm.va.gov/TIL/ http://www.cfm.va.gov/index.asp http://www.cfm.va.gov/contract/ http://www.cfm.va.gov/contract/ae.asp http://www.cfm.va.gov/contract/aeDesSubReq.asp http://www.cfm.va.gov/til/dManual.asp SELECTION CRITERIA: Selection will be based on the following criteria listed below. 1) Professional Qualifications necessary for the satisfactory performance of required services (in-house and/or consultants(s)). The firm and or A/E representing the project must be licensed to practice in Puerto Rico. 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. (Include Government and private Experience) 3) Capacity to accomplish 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 general geographical area of the project and knowledge of the locality of the project. "It is expected that your SF330, Architect-Engineer Qualifications, submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract 6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 9) The selected AE should have previous experience in the design of renovation within Medical Facilities. The AE must provide documentation of at least two designs of renovations within Medical Facilities with references, names, and phone numbers with their SF330. 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 2:00 PM, EST on 9 July, 2015. All SF330 submittals and questions must be sent electronically to the attention of Mark Johnson at w.mark.johnson@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. All information must be included in the SF330. Cover letter and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be visible and 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.gov 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/VA24815R1441/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-R-1441 VA248-15-R-1441_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2092555&FileName=VA248-15-R-1441-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2092555&FileName=VA248-15-R-1441-000.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: VA Caribbean Healthcare System;San Juan, PR 00921-3201
Zip Code: 00909
 
Record
SN03756931-W 20150610/150608235104-81a56c9cf52e57c16f27dbcb4ea13fff (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.