Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
DOCUMENT

F -- Request for SF 330 A/E Qualification Package Facility As-Builts Legionella Suppression Design Project 578-15-006 - Attachment

Notice Date
1/26/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;GLAC - Southern Tier Construction Team;3001 Green Bay Road;Building 1, Room 329;North Chicago, IL 60064
 
ZIP Code
60064
 
Solicitation Number
VA69D16N0207
 
Archive Date
2/25/2016
 
Point of Contact
Carmella L. Speer
 
E-Mail Address
Business
(carmella.speer@va.gov)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: General. Architecture and Engineering (A/E) Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implement in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The three firms deemed most highly rated after initial source selection will be chosen for interviews. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is $7.5M. The area of consideration is RESTRICTED to a 250 mile radius of the Edward J. Hines Jr. Veterans Affairs Hospital located at 5000 South 5000 South 5th Street, Hines, Illinois in which either the A/E firm's Primary or established Auxiliary/Satellite office must be located. Note: The 250 mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above Veterans Affairs Hospital address (shortest driving distance option). 2. Contract Award Procedure: The proposed Architecture/Engineering services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-100 Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. 3. SDVOSB Requirements: VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-Disabled 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 Service-Disabled 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 Service-Disabled Veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more Service-Disabled Veterans (or eligible surviving spouses) or, in the case of a Service-Disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (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) "Service-Disabled Veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from Service-Disabled Veteran-Owned Small Business concerns. Offers received from concerns that are not Service-Disabled Veteran-Owned Small Business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a Service-Disabled Veteran-Owned Small Business concern. (c) Agreement. A Service-Disabled 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 Service-Disabled 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 Service-Disabled 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 Service-Disabled 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 Service-Disabled Veteran-Owned Small Business concerns. (d) A Joint Venture may be considered a Service-Disabled Veteran Owned Small Business concern if- (1) At least one member of the Joint Venture is a Service-Disabled Veteran-Owned Small Business concern, and makes the following representations: That it is a Service-Disabled Veteran-Owned Small Business concern, and that it is a small business concern under the North American Industry Classification Systems (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; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The Joint Venture meets the requirements of 13 CFR 125.15(b). (e) Any Service-Disabled 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. 4. Nature of Work: Provide professional Architectural Design Services necessary for preparing Facility As-Builts for Legionella Suppression. 5. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated A/E firm selected to complete the design. 6. Selection Criteria: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. (1) Professional qualifications necessary for the satisfactory performance of required services; as well as specific experience and qualifications of key personnel proposed for assignment to the project and their record of working together as a team. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning and cost estimating. (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) Specialized experience with healthcare related designs in a hospital setting (4) Capacity to accomplish the work in the required time; maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications)(provide no more than five (5) recent projects); (6) Location in the general geographical area of the project and knowledge of the locality of the project (250 miles); Proof of company and/or individual licensure are required in the State in which the work is to be performed at time of SF 330 Package submission; and (7) Describe in detail how your firm will conduct constructability reviews of construction documents; include interdisciplinary and specification versus drawings, details versus floor plan review process. (8) Reputation and standing of the firm and its key officers with respect to professional performance, general management, and cooperativeness. (9) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 7. Submittal Requirement: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted to: Department of Veterans Affairs Great Lakes Acquisition Center ATTN: Carmella L. Speer (VA69D-16-B-0190) Building 1, Room 329 North Chicago, IL 60064-2226 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number VA69D-16-N-0207. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. (b) Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address no later than 3:00 P.M. (CST) on FEBRUARY 26, 2016. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (c) Interested firms shall address each of the nine (9) Selection Criteria in their SF 330's and additional documents/submittals. 8. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330's Architecture and Engineering Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. 9. Project Information: Legionella As-Built Drawings a. Background: Department of Veterans Affairs, Veterans Health Administration (VHA) issued Directive 1061 on August 13, 2014. This Directive addresses the prevention of healthcare associated Legionella Disease and Scald Injury from potable water distribution systems in VHA-owned buildings in which patients, residents, or visitors stay overnight. In order to comply with the Legionella Directive, Edward Hines Jr. Veterans Affairs Hospital is required to implement water treatment and controls upon the existing water distribution system. The new system will include measures to monitor temperature, PH and oxidant levels in each building's potable water distribution systems(s) and scald prevention. Buildings directly impacted by these new requirements are: "Bldg. #5 "Bldg. #100 "Bldg. #217 "Bldg. #221 For Building #5 hot and cold water treatment only. For buildings 100, 217 and 221, new monitors for sample testing need to be installed in order to comply with the above mentioned Directive. Research of existing records identified incomplete As-Builts, insufficient for establishing a basis for the intended design. As-Built drawings are critical for identifying the existing conditions and in developing the required water treatment and controls. A complete set of As-Builts for each one of the buildings and site (utilities) is necessary in order to have the most updated data including campus water service and hot water distribution system. This information is essential for the accurate development of improvement and/or new construction designs and proposals. ** Note: Building 1 has numerous utility services. It was constructed like seven (7) connected buildings. b. Requirements: The awarded A/E will adhere to all codes, standards, guidelines and design requirements found in the VA's Technical Information Library (TIL), including but not limited to the Design and Construction Procedures (PG-18-3), Standard Details & CAD Standards (PG-18-4), Design Manuals (PG-18-10), Design Guides (PG-18-12) and Minimum Requirements for AE Submissions (PG-18-15). c. Scope: (1) The Contractor shall conduct all required site investigations and provide all materials, tools, equipment, labor and supervision necessary to develop complete as-built drawings for the facilities, and surrounding site and utilities of: "Bldg. #5 (Only Plumbing As-Built drawings are required for this building) "Bldg. #100 "Bldg. #217 "Bldg. #221 (2) Edward J. Hines Jr. Veterans Affairs Hospital will provide the Contractor with available drawings. (3) The development of the required As-Built drawings will include: "Plumbing/Sanitary As-Built drawings; including, but not limited to: "Electrical As-Built drawings "HVAC systems As-Built drawings "Architectural As-Built drawings "Site/Utilities As-Built drawings "Fire Protection As-Built drawings d. Tasks and Responsibilities: "The Contractor will coordinate a Kick-Off meeting with Edward Hines Jr. Veterans Affairs Hospital key team members through the Contracting Officer to review project objectives, validate scope, deliverables, communication, plan, site access, schedule, and responsibilities. "After the Kick-Off meeting, the Contracting Officer (CO) shall issue a Notice to Proceed (NTP) authorizing the Contractor to commence work. "The Contractor shall visit all locations listed above to survey and measure existing facilities. This information shall form the basis of the primary deliverables. "The first phase will begin with a Notice to Proceed from the Contracting Officer (CO) or Contracting Specialist (CS). Each phase will be concluded with deliverables rendered and may include a meeting with key personnel from both the A/E team, the CO/CS, the COR, and the Edward Hines Jr. Veterans Affairs Hospital. d. Deliverables: (1) Design Schedule identifying dates for the completion of work for each one of the deliverables, taking into consideration that the Plumbing/Sanitary submissions are in the Critical Path of the design project. (2) Schedule of Costs will be presented as a detailed Breakdown for Payment, including design stages, work performed and work invoiced per Progress Payment submission. (3) Deliverables must be phased so that the Plumbing/Sanitary As-Built submissions are delivered within a 120 days period after the Notice of Award. (4) Contractor shall provide as-built drawings for the required buildings in the latest version of AutoCAD (2015). (5) Contractor shall provide hard copies of the As-Built Drawings as follows: one (1) in full-size plot, and four (4) half-size each. (6) Contractor shall provide four (4) CD's containing the As-Built Drawings in both DWG and PDF file formats. The awarded A/E firm shall have their services delivered according to the following: 30% Design: For each option and phase, a report delivered in hardcopy (binder) and electronic (PDF) copy, Four (2) sets of each. Two (2) CD's including drawings in latest AutoCAD version (AutoCAD 2015) and PDF version. Preliminary As-Built drawings from the A/E shall include at a minimum: "Architectural "Fire Protection "Plumbing "HVAC "Electrical "Site/Utilities 60% Design: A narrative report shall be issued in hardcopy (binder) and electronic (PDF) copy. 60% review sets shall be issued in hardcopy (half-size drawings and bound specifications) and electronic (PDF) copy. Four (4) binders, one (1) set of full-size drawings, four (4) sets of half-size drawings and four (4) compact disks containing the electronic copies shall be delivered to the COR per the schedule indicated in Section L. Report drawings and specifications from the A/E shall be consistent the Program Guide, PG-18-15, Volume C, Design Development checklist with the following disciplines: "Architectural "Fire Protection "Plumbing "HVAC "Electrical "Site/Utilities 90% and 100% Design and Close-Out documents: "Hardcopy (binder) and electronic (PDF) copy for each option and phase. "AutoCAD files shall be delivered on a four (4) compact disks with PDF and DWG files saved. AutoCAD reference files shall be removed and the drawing flattened. Four (4) of each. "Report drawings and specifications from the A/E shall be consistent the Program Guide, PG-18-15, Volume C, Design Development checklist with the following disciplines: "Architectural "Fire Protection "Plumbing "HVAC "Electrical "Site/Utilities e. Timeline: The awarded A/E firm shall have their services executed according to the following timelines. These timelines should be viewed as guidelines for milestone dates. (1) 30% Design - 120 calendars days to complete this phase from the Notice to Proceed issued by the CO/CS until all deliverables are received by the CO/CS, COR, and Edward Hines Jr. Veterans Affairs Hospital. This period shall include all internal coordination between the A/E firm and its consultants as well as any meetings between the A/E and the Project Development Team (PDT). (2) 60% Design - 90 calendar days from the prior phase's technical comments report until all deliverables are received by the CO/CS, COR, and Edward Hines Jr. Veterans Affairs Hospital. This period shall include all internal coordination between the A/E firm and its consultants as well as any meetings between the A/E and the PDT. (3) 90% Design - 20 calendar days from the prior phase's technical comments report until all deliverables are received by the CO/CS, COR, and Edward Hines Jr. Veterans Affairs Hospital. This period shall include all internal coordination between the A/E firm and its consultants as well as any meetings between the A/E and the PDT. (4) 100% Design (Bid Documents) - 10 calendar from the prior phase's technical comments report until all deliverables are received by the CO/CS, COR, and Edward Hines Jr. Veterans Affairs Hospital. Following any technical comments any minor corrections will be addressed within 2 calendar days and submitted to the CO/CS/COR for acceptance. (5) Edward Hines Jr. Veterans Affairs Hospital Review Periods - Shall immediately follow each design phase according to the schedule below. Each review period is listed as a maximum duration and any relevant comments will be submitted to the A/E as technical comments formatted in a report. This report will also notify the A/E team to move onto the next phase. "30% Design: Up to 14 calendar days. The technical comments report will notify the A/E team of the selected option or combination of options (hybrid) to pursue in the 60% Design phase. "60% Design: Up to 21 calendar days. "90% Design: Up to 21 calendar days. "100% Design: Up to 7 calendar days. f. Place of Performance: Department of Veterans Affairs Edward Hines, Jr. VA Hospital 5000 South 5th Avenue Hines, IL 60141-5000 Buildings #5, #100, # 217 and # 221 **NOTE: Pre-bid and Kickoff meeting locations will be disclosed by the Contracting Officer, and coordinated with the COR g. Period of Performance: Project shall be substantially complete within 240 Calendar Days of the Notice to Proceed. h. Delivery Schedule. Items to be delivered throughout the period of performance and at completion of the contract are as follows: Pre-Construction MeetingTBD by Contracting Officer Kick-Off MeetingTBD by Contracting Officer Representative Schedule of Costs to Contracting Officer and CORNTP + 10 Calendar Days Design Schedule (All deliverables)NTP + 10 Calendar Days Plumbing/Sanitary As-BuiltsNTP + 120 Calendar Days All other deliverablesNTP + 240 Calendar Days Notice of Substantial CompletionNTP + 240 Calendar Days
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D16N0207/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-16-N-0207 VA69D-16-N-0207_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2526484&FileName=VA69D-16-N-0207-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2526484&FileName=VA69D-16-N-0207-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04000659-W 20160128/160126233931-9d91498b29d84ad1914fd8d1da074a47 (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.