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 -- DESIGN - REPLACEMENT OF BUILDING 8 EXTERIOR RAMP - Attachment

Notice Date
2/8/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;2875 Union Road, Suite 3500;Cheektowaga, NY 14227
 
ZIP Code
14227
 
Solicitation Number
36C24218R0230
 
Response Due
3/1/2018
 
Archive Date
5/30/2018
 
Point of Contact
Rachel Beason
 
E-Mail Address
.Beason@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
General The VA Medical Center, Canandaigua, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) for Architect and Engineering (A/E) Services for the design of a project titled: Design Replacement of Building 8 Exterior Ramp. This procurement is 100% set-aside of Service Disable Veteran Owned Small Business (SDVOSB) A/E firms. SDVOSB Firms with an SF330 on file within the past twelve (12) months and within a 400 mile radius to the Canandaigua VAMC are being considered. If you believe you have an SF330 on file and would like to be considered for this procurement please send an e-mail to Rachel.Beason@va.gov expressing your interest in being considered. If your firm does not have an SF330 on file, OR you wish to update previously submitted SF330 s, please do so by emailing the Contract Specialist at Rachel.Beason@va.gov by 4:00 PM Eastern, March 1, 2017. The estimated construction cost for this project is between $250,000 and $500,000. The NAICS code for this procurement is 541310 (Architectural Services). The small business size standard for NAICS 541310 is currently $7.5 million. This project will include but is not limited to the following: The general scope of this project is to perform design services to replace the existing access ramp that is in the inner courtyard, entering Building 8 first floor. The design shall include full scope of work, construction specifications, design drawings, and construction estimate. EXISTING CONDITIONS The Canandaigua VAMC is located at 400 Fort Hill Avenue, Canandaigua, NY 14424. The layout is a campus with more than 30 buildings located on over 20 acres. Normal working hours are Monday Friday 8:00am 4:30pm. Building 8 is a three story Community Living Center that is a historical building. Accesses to the first and second floors are via elevators, stairwells, and the inner ramp. The ramp is failing structurally and needs full replacement. The ramp is constructed with concrete and a brick façade with metal handrails. The ramp is located adjacent to a World War II monument that cannot be damaged during construction. A/E SCOPE OF SERVICES Provide site investigation and field measurements for all aspects of design requirements. This shall include underground utility locations, specific site measurements, monument location, and proper tie in locations. Provide investigative and schematic design services, construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to replace the access ramp. Services will include all Site/Civil, Structural, and Architectural work associated with this project. Provide for necessary utilities to support the project and operations outside the construction area. All aspects of the design must adhere to the design manuals posted on the VA technical information library (see below). Final design submission shall include phased drawings of all demolition, and construction work as required to allow the continuous access to the first floor from the inner courtyard. Provide contract specifications utilizing as a template the VA Master Specifications available at www.cfm.va.gov/TIL/. Edited specifications are to be provided to the Canandaigua VAMC electronically by either email or on a CD rom. All edited specifications shall be edited to the specified project and have all impertinent specs and information removed. The designer shall provide to the VAMC a comprehensive electronic spreadsheet listing, by specification, all required submittals for the project for use as a submittal log. Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. This should include an identified number of visits included in the proposal. The VA shall provide access to hardcopy files of existing drawings, and the AE shall perform all searches of these files for any required reference materials to support design efforts. Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Canandaigua Engineering Service, VA Network 2, or any other government comments. The design must, at a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA Publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, etc.). A full scope of services will be included in the formal solicitation after a review of the SF330s The following evaluation criteria will be used when reviewing submitted SF330 data and will comprise the basis of information to be used by Canandaigua VAMC for A/E evaluation and selection. Firms submitting SF330 data for consideration must address each of the following criteria in the SF330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board Professional qualifications necessary for satisfactory performance of required services. 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. Capacity to accomplish the work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Discussions may be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24218R0230/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218R0230 36C24218R0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4073695&FileName=36C24218R0230-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4073695&FileName=36C24218R0230-000.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: Canandaigua VA Medical Center;400 Fort Hill Avenue;Canandaigua, NY
Zip Code: 14424
 
Record
SN04816945-W 20180210/180208231418-5d120ae8adc08d82805f672ac47b76cd (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.