Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
DOCUMENT

C -- Roof Design Project 528-17-s49 - Attachment

Notice Date
12/19/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;Network Contracting Office (NCO) 2;2875 Union Rd. Suite 3500;Cheektowaga, NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24218R0154
 
Response Due
1/19/2018
 
Archive Date
3/20/2018
 
Point of Contact
David Esmay
 
E-Mail Address
7-1460
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis: This is a Sources Sought Notice for Architect - Engineering services related to design for the replacement of the roofs of the main hospital, building #1 and research building #20, Project 528-17-s49 at the Buffalo NY VA Medical Center The construction budget is $5,000,000.00. This is NOT a request for proposal. Set-Aside: This procurement is anticipated to be 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The NAICS code for this procurement is 541330; the small business standard is $15.0M. SDVOSBs shall be verified in: www.vetbiz.gov at time of evaluation, any subsequent RFP and prior to award. Area of Consideration: The area of consideration is restricted to firms with offices and key personnel assigned to this project located within a 300 mile radius of the Buffalo, NY VA Medical Center as indicated by a mapquest.com driving directions search; from the prime designer s address listed in Vetbiz to the Buffalo NY VA Medical Center, 3495 Bailey Ave. Buffalo, NY 14215 Scope of Work: Provide Part IA investigative and schematic services, Part IB design services to include construction documents, working drawings, specifications, cost estimate, shop drawing review, Part II construction period services and Part III site visits as required to replace the roofs cited herein. Existing Conditions: Building #1 has approximately 35 roof areas at different levels and varying in size. Building 20 has three roof areas. The roof of building 20 is one of the highest elevations in Buffalo in which wind eddies exacerbate wind velocity. All designs will follow the VA design guidelines and specifications for VA construction. The design must meet VA Master Construction Specifications and Design Manual, latest versions of applicable NFPA standards, NEC, JCAHO, OSHA, ANSI, ASHRAE and any other codes. The VA s internet address for the VA Master Construction Specifications and other references is: http://www.va.gov/facmgt/standards/standard.htm The 100% construction document submission must include phasing drawings for demolition/asbestos abatement/new construction (if required). All designs must be certified by an engineer licensed in the State of New York. The design shall be completed in a manner such that the estimated construction cost is within the VA budget. SF330 Submission Evaluation Criteria: The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by the Buffalo NY VA Medical Center for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330: 1. Professional Qualifications of Team: Professional qualifications of the team proposed as specifically related to the requirements of this particular project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Resumes to include SDVOSB Owner, Project Manager, Lead Architect, Lead Mechanical Engineer Designer, Lead Fire Protection Engineer Designer, and provide current professional registrations/certifications of person/people who will be stamping the drawings if not listed above. 2. Specialized Experience of Proposed Team: Specialized experience of the team proposed for this project (technical competence in the type of work required with specific emphasis on experience related to work at VA Medical Centers). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. List individual(s) that be doing field investigation on this project and their past experience and knowledge of the Buffalo, NY VA Medical Center. 3. Capacity to Accomplish the Work in the Required Time. 4. Past Experience/Past Performance: Provide prior prime contractor (SDVOSB) experience on projects (no more than five (5)) awarded within the last three years for Government and private hospitals with similar scope and complexity to this project. Do not include designed, but not yet constructed, projects. Include the following information for each project listed: a. Name, Address, Telephone Number, email and Fax Number of a customer point of contact (POC) who would have the most detailed information about the AE's performance. b. Project location, award date, original completion date, actual completion date, original contract award amount, final contract amount. Include names, addresses, emails and phone numbers of subcontractors used. c. Provide a narrative indicating lessons learned from these projects that will be helpful or applicable to this design. Indicate how these projects are similar in scope, design and complexity to this design. d. Proposed Management Plan and Approach: Management plan for the design phase and the construction phase as well as overall design philosophy. Include information on cost control, quality of work and compliance with performance schedules. Show the prime firm will perform 50% or more of the work. 5. Location: Location (proximity of facilities and personnel to the geographical area of the work in terms of mileage; corporate knowledge of local conditions related to the locality of the project) 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. SF330 Format: All Standard Form 330s must comply with several restrictions. Any Standard Form 330 that does not comply with these requirements will be discarded without review. The restrictions for the Standard Form 330s are as follows: All Standard Form 330s are to be typed in Times New Roman Font no smaller than point 12 font size. In page limits discussion, one (1) page refers to one side of a typed page. Section D - Organizational Chart of Proposed Team 1. Limit of one page for this section Section E - Resumes of Key Personnel Proposed for this Contract 1. Limit of one page per resume 2. Limit of 8 resumes total Section F - Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract 1. Limit of one page per project 2. Limit of 5 projects total Section H - Additional Information 1. Include Proposed Management Plan and Approach 2. Include discussion of the following evaluation factors: a. Location b. Capacity c. Estimating Effectiveness d. Project Control e. Insurance and Litigation 3. Overall limit of five (5) pages for this section Standard Form 330s with appropriate data for this project must be submitted in ELECTRONIC FORM ONLY to the Contracting Officer no later than January 19, 2018 by 12:00 P.M. EST. The overall size of the file cannot exceed 5MB; if additional space is required, divide the file into segments with each file size less than 5MB. Send information to: Davidm.Esmay@va.gov. A received notification will be sent. It is anticipated interviews or discussions for selection will be conducted o/a February 1, 2018. Type: Other (Fed-Biz-Opps-Notice) Posted Date: December 19, 2017 Description: 36C24218R0154 Contracting Office Address: Department of Veterans Affairs; Network Contracting Office (NCO) 2; 2875 Union Rd. Suite 3500, Cheektowaga, NY 14227 Place of Performance: Department of Veterans Affairs; Buffalo, NY VA Medical Center; 3495 Bailey Ave. Buffalo, NY 14215 Point of Contact(s): David M. Esmay Contracting Officer 585-297-1460 x72456
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218R0154/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218R0154 36C24218R0154_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3973471&FileName=36C24218R0154-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3973471&FileName=36C24218R0154-000.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;Western New York Healthcare System;Facilities Management (138);3495 Bailey Ave.;Buffalo, NY
Zip Code: 14215
 
Record
SN04771118-W 20171221/171219231340-56cfaf2bf44fb5b29a3f3d6b4c2364e8 (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.