Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
DOCUMENT

C -- 620A4-18-204 Relocation of Audiology - Attachment

Notice Date
2/8/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;1304 Buckley Road;Suite 104;Syracuse NY 13212
 
ZIP Code
13212
 
Solicitation Number
36C24218R0219
 
Response Due
3/13/2018
 
Archive Date
6/20/2018
 
Point of Contact
Jason M. Rundle
 
E-Mail Address
ool,
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to include all necessary surveys, calculations, field investigations, design, drawings, specifications, construction cost estimates, and all other related information for Project 620A4-18-204 (Relocation of Audiology). This project will be for the relocation of the audiology clinic from the 1st floor of building 15E, to the ground floor at the Castle Point Campus, 41 Castle Point Road, Wappingers Falls, NY 12590. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is: 541310 and small business size standard of $7.5 Million. Magnitude of Construction is between $1,000,000.00 and $2,000,000.00. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside. The anticipated award date of the proposed A-E Contract is on or before June 30, 2018. Potential contractors must be registered in SAM (www.sam.gov) and visible/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) set aside, you are verifying your company meets the status requirements of an SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-10(c)(1): Services (except construction) at least 50 percent 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. In order to assure compliance with this clause, 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). SCOPE OF SERVICE REQUIRED PROJECT NO. 620A4-18-204 This project will relocate Audiology from the 1st floor of building 15E at Castle Point to the ground floor. This will renovate existing space in 15E to accommodate multiple audio booth setups for patient care. With relocating audiology we are consolidating services into a more efficient model. Included with this project is relocating the Chapel to an outer building to allow for consolidated services. This is required as the audio booths are exceeding the load rating of the building floor on the 1st level. The Architectural/Engineering (A/E) Firm is to provide all necessary surveys, calculations, field investigations, designs, drawings, specifications, construction cost estimates, for the relocation of Audiology from the 1st floor of building 15E to the ground floor at the Department of Veterans Affairs Medical Center, Castle Point, New York. The approximate square footage of the affected area is 5,072 square feet. The deliverables shall include but not be limited to: Preliminary Field Surveys and Reports: Design and drawing: drawing of the new Audiology suite including but not limited to: minimum of (6 offices, hearing aid lab, waiting room, clerical office to accommodate 2 HAS staff, staff break/meeting room); and four Audiology booths. As well as the suite sound barriers, ceiling sound proofing, plumbing system, sealing the building exterior against air, sound and water, fire system i.e. sprinklers Structure Analysis: Provide structural analysis of the floor slab, as the Medical Center would like to recess the audio booths in the concrete floor to avoid the use of ramps. The selected A/E shall perform electrical analysis, design for the audio suite which includes normal and emergency power. The selected A/E must comply with the latest version of applicable NFPA codes. The selected A/E must conduct site assessment to upgrade the new location for changing suite components including but not limited to light fixtures, windows, HVAC pipe insulation, wall insulation to achieve energy reduction and sound reduction. Work will include the specification and design of the new Audiology suite to meet both the criteria listed in the building design guides and Architectural Manuals, VA Sustainable Design Manual and must comply with ASHRAE 90.1. The VA HVAC Design Manual can be found here. http://www.cfm.va.gov/til/dManual.asp The selected A/E will also be required to provide a survey to identify any possible mold, asbestos, lead, and PCB hazards in the area of work. This evaluation will be done by a qualified NYS licensed Certified Industrial Hygienist (CIH). These tasks are outlined in the Supplement B document of this solicitation. The A/E firm is to refer to Supplement B for documents and drawing submittals, of specifications and design. Project Documents shall include, but not be limited to: All required submissions listed in the VA A/E Design Submission Requirements (PG-18-15), which can be found here: http://www.cfm.va.gov/contract/ae/aesubmin.doc All deliverables as outlined in the document labeled Supplement B that is included in this solicitation (preliminary and construction documents including drawings and specifications) All calculations and reports as outlined in the VA HVAC Design Manual. A calculation on energy baseline, energy savings and life cycle cost analysis are required as part of project documents. Cost estimates for Construction Listing of all submittals required Site visit reports for design reviews, and field investigations. X. LOCATION This Project will relocate the Audiology Clinic from the 1st floor of building 15E to the ground floor at the Castle Point Campus, 41 Castle Point Road, Wappingers Falls, NY 12590. XI. CONTRACT SECURITY The AE firm shall obtain day passes for any site visits from the police station. If personnel from the AE firm are expected to be on site more than five (5) days (cumulative) during the design, they shall file paperwork to obtain a permanent ID for the station. Necessary paperwork can be obtained from the COTR. The AE personnel who intend to take photos must inform the COTR, at least 48 hours ahead to time, of such intentions. Safety Codes / Certification / Licensing The AE firm shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA, OSHA, VA Design Guides and Manuals, etc. Labs used by the AE firm shall be licensed as required by any applicable governing agencies, and their certifications and licenses shall be included in the engineering reports. COST RANGE Estimated Construction Cost Range: Between $1,000,000 and $2,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from (NTP) TBD Preliminary Design 53 calendar days from NTP Preliminary design review 83 calendar days from NTP 100% Preliminary Design 130 calendar days from NTP 100% Preliminary design review 151 calendar days from NTP 65% Working Drawings 181 calendar days from NTP 65% Design review 202 calendar days from NTP 95% Working Drawings 232 calendar days from NTP 95% Design Review 253 calendar days from NTP 100% Working Drawings 284 calendar days from NTP 100% Design Review 305 calendar days from NTP Deliver Final Bid Documents 326 calendar days from NTP The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its Selection Criteria Weighting Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 20% Examples of specialized experience and technical competence in various disciplines required for specific project. 10% Capacity to Accomplish the work in the required time 10 % Past experience and performance on government contracts. 10% Proximity of firm or working office providing professional services to the facility. 15% Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. 15% Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 10% Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. 10% Total 100.0% SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government   agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Jason M. Rundle  Attn: Project# 620A4-18-204, via email at Jason.rundle@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document LOCATION The A/E Firm proximity to the Castle Point Campus VA Medical Center, Wappingers Falls, NY 12590 is an evaluation criteria. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA. LIMITATIONS 852.219-10 VA NOTICE OF NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) Definition. For the Department of Veterans Affairs, Service-Disabled Veteran-Owned Small Business concern or SDVSOB : Means a small business concern: 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 (see VAAR 802.201 Surviving Spouse definition); 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; The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable 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 verified Service-Disabled Veteran-Owned Small Business concerns. Offers received from concerns that are not verified Service- Disabled Veteran-Owned Small Business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified Service Disabled Veteran-Owned Small Business concern. Agreement. A Service-Disabled Veteran-Owned Small Business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. A joint venture may be considered a Service-Disabled Veteran Owned Small Business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVOSB is to be construed to apply to a VA verified SDVOSB as appropriate. Any Service-Disabled Veteran-Owned Small Business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of clause) SUBMISSION REQUIREMENTS Qualified Service-Disabled Veteran-Owned Small Business firms are required to submit four (4) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3/13/2018 at 5:00pm EST including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of: Mail (1) Hard Copies + CD to: Jason M. Rundle-Contract Specialist RE: 620A4-18-204 1304 Buckley Road Syracuse, NY 13210 Mail Remaining (3) Hard Copies to: Peter K. Ashaya, P.E. PMP Castle Point Engineering Service, Bldg. 9 Room 121 41 Castle Point Rd. Wappingers Falls, NY 12590 The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification as a Service Disabled Veteran Owned Small Business (SDVOSB). The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to jason.rundle@va.gov, telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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/SyVAMC670/SyVAMC670/36C24218R0219/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218R0219 36C24218R0219.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4073887&FileName=36C24218R0219-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4073887&FileName=36C24218R0219-000.docx

 
File Name: 36C24218R0219 ATTACHMENT 1 - PPQs.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4073888&FileName=36C24218R0219-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4073888&FileName=36C24218R0219-001.pdf

 
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 Hudson Valley Health Care System;Castle Point Campus;41 Castle Point Rd;Wappingers Falls, NY
Zip Code: 12590
 
Record
SN04816844-W 20180210/180208231339-ae685a30b23f36c9aa1d64ed4450c167 (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.