Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
DOCUMENT

C -- Replace CLC Phase 1 - Attachment

Notice Date
1/31/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Wilkes Barre VAMC;Acquisitions (049E);1111 E End Blvd;Wilkes Barre PA 18711-0030
 
ZIP Code
18711-0030
 
Solicitation Number
VA24412R0250
 
Response Due
3/8/2012
 
Archive Date
6/6/2012
 
Point of Contact
Everett E Shaver
 
E-Mail Address
824-3521
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1.CONTRACT INFORMATION: General. This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541310, Architectural / Engineering services. The contract is anticipated to be awarded about June 2012. It is anticipated that one contract will be awarded from this announcement is estimated between $1,000,000 and $3,000,000. a.Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the Central Contractor Registration (CCR) database. Register via the CRR internet site at http://www.ccr.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b.Nature of Work: Provide Architectural / Engineering services for site investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services to accomplish the following project tasks: 1.Provide design for approximately 135 bed Community Living Center (CLC) facility. 2.Perform a location - feasibility study for purposes of determining the most appropriate site location for placement of item 1. Tentative location for CLC has been selected. Intent of study is to validate tentative location or select a more appropriate location. 3.Provide detailed construction cost estimates which clearly supports ability to construct within stated construction cost limitations. 4.Provide a detailed construction schedule based on completed construction documents. 5.Provide optional construction period services - may be declined or accepted in part are in total, based on availability of funds. 2. PROJECT INFORMATION: New Space - Community Living Center: Design will include the application of VA space criteria to provide for the proper program space. All designs/repairs must, at a minimum, be in accordance with all applicable Federal, State and Local codes as well as the Department of Veterans Affairs (VA) publications (Master Construction Specifications, Space Criteria, Construction Standards, etc.). All aspects of the design shall be in full compliance with evidence -based health care design following the Planetree philosophy and its core components of healing design. The design shall also substantially meet the VA design criteria for a CLC building as listed in VA design guides and manuals which can be found on the web at the VA Office of facilities Management technical information library - site address: http://www.cfm.va.gov/TIL. Additionally, the following design guides shall be incorporated in the design: 1)VA handbook 1850.05, Interior Design Operations and Signage. http://vaww1.va.gov/vhapublications/ViewPublication.asp?pub ID=2432 2)The NEW CLC Design Guide http://www.cfm.va.gov/til/dGuide/dgCLC.pdf Project Construction Cost Limitation is $10,000,000.00 per construction phase. In addition A&E contract award will include "Options". Options will consist of option 1 design for phase 2 of construction and option 2 design for phase 3 of construction. Construction contingency amount and Option amounts shall be maintained throughout design. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a) are primary criteria; item (b) are secondary and are used as tie-breakers among technically equal firms. (a) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330) (1) The selected team must demonstrate recent experience (within the past 5 years) and significant experience in performing work on a wide variety of sites located within the United States, its territories and possessions in a manner that complies with Federal, State, and Local laws and regulations, and within the timeframe required. Firms must document specialized experience and technical competence in the design of Medical facilities following the Planetree philosophy and its core components of healing design with over 5 Million dollars construction costs, demonstrating a minimum of three examples within the past 5 years. (2) Design team disciplines required will include, but are not limited to, Architectural, Interior Design, Civil, Structural, MEP, Registered fire and safety engineers, Certified Industrial Hygienist, Certified cost estimating and scheduling professionals. Any testing (destructive or non-destructive), utility surveys, or sub-surface soil investigations required for development of design, are the responsibility of the A/E. and a successful firm shall document fundamental knowledge to provide technical support on building automation systems, life safety/fire protection systems, communications/data systems, mechanical systems, electrical and lighting systems, plumbing, energy consumption, interiors and indoor environmental quality, building envelope, structural systems, acoustic control, environmental sustainability, functionality, operability, maintainability, and construction technologies. (3) A-E firms, including joint ventures, will be required to demonstrate that they can perform all aspects of design, either by in-house or through their subcontractor's capability. (4) A-E's are required to demonstrate the ability to complete design documents. (5) Firms must demonstrate experience in evaluating after construction award submittals and performing construction surveillance. (6) Firms must demonstrate success in prescribing the use of recovered materials, achieving waste reduction, pollution prevention, energy efficiency and conservation in facility design. (7) Firms must demonstrate the ability to prepare construction cost estimates. Design team member must demonstrate significant prior experience. (8) Firms must demonstrate the ability to submit drawings in either AutoCAD utilizing current versions. The selected firm may be required to upgrade versions of these programs or obtain licenses for a specific platform during the duration of the contract at no cost to the Government. (9) Firms must demonstrate the ability to provide data files on CD-ROM discs, provide drawings in either MicroStation or AutoCAD and as "cal" files and create PDF files of specifications, other documents, and satisfy requirements of the Veterans Affairs electronic advertising process. (10) Firms must demonstrate the capability to provide data compatible with Microsoft Office 2007 (MS Word, MS Excel, MS Access, MS PowerPoint) and other file formats addressed in this announcement. The selected firms may be required to upgrade versions of these and other commonly used programs during the duration of the contract at no cost to the Government. b. Professional Capabilities: One Project Managers, two Registered Architects, one Registered Landscape Architect, one interior designer, one Registered Electrical Engineers, one Registered Mechanical Engineers, one Registered Professional Civil Engineers, one Registered Structural Engineers, one LEED Accredited Professionals; one Qualified Fire Protection Engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: 1) An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years work experience in fire protection engineering; 2) A registered Professional Engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES); or 3) A registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation), None of the required personnel can be dual disciplined (except that the LEED AP can be one of the required registered Architects or Engineers if qualified), i.e. a separate employee must be on the Design Team except as noted for each stated requirement above to meet the personnel required. Ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Repeat Resume Page as needed to provide all required resumes. 4. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). The NAICS for this project is 541330. Where to Submit: Offerors shall submit all original proposals to: Wilkes-Barre VA Medical Center, 1111 East End Blvd Wilkes-Barre, PA 18711 ATTN: Contracting (Everett Shaver) Everett.shaver@va.gov All quotes must be clearly marked with the subject line displaying the solicitation number All submittals are due by 3:00PM, 8 March 2012. (a)Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. (Eastern Time) on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. (b)The A-E shall not include company literature with the SF 330. (c) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (d) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (e) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. (f) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (g) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (h) In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (i)In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and us no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (j)Personal visits to discuss this announcement will not be allowed. 5. SOLICITATION: (k) A solicitation will only be issued to the most highly qualified vendor. Point of Contact: Contracting - Everett E Shaver Jr., 570-824-3521 ext 4864, E-mail any questions to: Everett.Shaver@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WBVAMC693/WBVAMC693/VA24412R0250/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-R-0250 VA244-12-R-0250.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=292612&FileName=VA244-12-R-0250-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=292612&FileName=VA244-12-R-0250-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02664551-W 20120202/120131234751-1089a67c3e9cf73a187401590711374f (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.