Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
DOCUMENT

C -- Renovate 5th Floor B1 655-16-109 - Attachment

Notice Date
8/12/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veteran Affairs;Aleda E. Lutz VA Medical Center;Network Contracting Office 10;1500 Weiss Street;Saginaw MI 48602
 
ZIP Code
48602
 
Solicitation Number
VA25016R0037
 
Response Due
1/13/2017
 
Archive Date
4/22/2017
 
Point of Contact
Sonny S. Earls
 
E-Mail Address
Earls@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms located within a 350 mile radius of the Aleda E. Lutz VA Medical Center, 1500 Weiss Street, Saginaw, MI 48602. The mileage restriction is in compliance with VAAR 805.207(b). This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. Description of work to be performed includes: Architect-Engineering services are required for Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project #655-16-109, Renovate 5th Floor B1. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: I.STATEMENT OF AE TASKS 1. Design Intent: The intent of this project is to fully prepare plans and specifications necessary to renovate existing user spaces in all user spaces and corridors/hallways on floor 5 at the Aleda E. Lutz VA Medical Center, Saginaw, Michigan - Buildings 1 in accordance with the following: A. General Scope of the Project: The Architect / Engineer (A/E) will review and verify record drawings and existing conditions; prepare design narrative; fully developed Construction Documents (drawings and specifications); construction phasing (scheduling) timeline; cost estimates; and provide complete construction period services. B. The total completed design shall include all necessary features and items of work required so that the government shall have complete buildable and functional user spaces and upgraded finishes/materials in all associated user spaces and corridors/hallways, complying with the latest requirements of the Department of Veterans Affairs design criteria and all applicable national codes and standards. It is anticipated that the design effort will involve electrical, plumbing, HVAC, carpentry, communications and controls disciplines and other disciplines as required. C. Provide all drawings, specifications, equipment selection, equipment layout, cost estimate, and construction duration including but not limited to electrical, plumbing, carpentry, HVAC, communications and controls disciplines and other disciplines as required for this contract. D. Equipment shall be provided emergency power as required by NFPA and VA Standards. E. The period of performance for this scope of work shall not exceed 270 (Two Hundred Seventy) days from date of Notice to Proceed. F. The total area of renovation in this scope of work is approximately 15,000 S.F. of user spaces and corridors/hallways in Building 1, 5TH floor. G. Relocate Optometry clinic from West Corridor to East Corridor 2. Design Effort: A. Buildings 1, floor 5 User Space and Corridor/Hallway Renovation 1. Analyze the extent of demolition and modifications to existing areas and/or systems and design select user spaces and all corridors/hallways for Building 1, 5TH floor. 2. Demolition and removal to include electrical, plumbing, carpentry, communications, HVAC and controls disciplines and other disciplines as required. 3. New design to include the following: The design of all related mechanical, electrical and plumbing systems for spaces being renovated. B. The A/E shall utilize applicable VA Design Criteria Manuals, VA Construction Standards, and VA Master Guide Specifications. These documents are available on the Internet at: http://www.cfm.va.gov/TIL/ C. The A/E shall furnish all necessary labor, tools, and materials and perform work for the design. All drawings shall meet the Aleda E. Lutz VAMC CAD standards. D. The design shall also conform to all additional documents: 1. Sustainability Issues with Design rev 3-1 Design completion timeframe of 354 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with FAR 36.204 and VAAR 836.204, the estimated magnitude of the resulting construction project is between $2,000,000 and $5,000,000. Qualifications (SF330) submitted by each firm for Project #655-16-109 for "Renovate 5th Floor B1" will be reviewed and evaluated based on the following criteria: Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: (1) Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines which will be evaluated are architectural, engineering, and estimating. (2) Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope 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: the general work load and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. (4) Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. (5) Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. Scoring will be based off of the proposed location of the Prime Contractor Firm for this category and scoring shall be as follows: within 50 miles - Excellent (Blue); 51-100 miles - Very Good (Green); 101-150 - Acceptable (Yellow); 151-200 - Marginal (Orange); 201-250: ; 251-350 - Poor (Red). (6) Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. (7) Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (8) Specific experience and qualifications: of personnel proposed for assignment to the project and their record of working together as a team. (9) Energy Efficiency: Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy conservation in facility design. (10) Estimating Effectiveness: Provide a breakdown of cost estimates completed over the previous two years indicating both the estimate provided and the actual bid amount. FAILURE TO CLEARLY ADRESS ALL TEN LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. The NAICS Codes for this procurement is 541330 Engineering Services and small business size standard of $15.0 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 354 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS, IN COMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.VetBiz.gov), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc.) and a CD copy of the Standard Form 330. Completed SF330s can be delivered to Aleda E. Lutz VA Medical Center, Attn: Sonny S. Earls, Contract Specialist, NCO 10 Contracting Office (90CSC), 1500 Weiss Street, Saginaw, MI 48602, no later than 3:00 p.m. EDT, September 12, 2016. Outermost envelope or packaging shall clearly indentify Solicitation number and project. Information shall be submitted via commercial express service. No hand carried deliveries. Telegraphic, email, and facsimile forms are prohibited. All submissions must be bound in some manner (spiral, wire, binder, etc). Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (Sonny.Earls@va.gov), telephone inquires will not be honored. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The contract is anticipated to be awarded in FEB 2017. 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/SaVAMC655/SaVAMC655/VA25016R0037/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-R-0037 VA250-16-R-0037.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2938890&FileName=VA250-16-R-0037-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2938890&FileName=VA250-16-R-0037-000.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;Aleda E. Lutz VA Medical Center;Network Contracting Office 10;1500 Weiss Street;Saginaw, MI
Zip Code: 48602
 
Record
SN04222685-W 20160814/160812235538-82d84abe5b3f25ad49feaf07a99486f3 (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  © 1994-2020, Loren Data Corp.