DOCUMENT
C -- A/E Design - CLC Renovation, Phase II - Attachment
- Notice Date
- 4/6/2012
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248); Bldg. 2, 3rd Floor;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- VA24812R1213
- Response Due
- 4/24/2012
- Archive Date
- 6/23/2012
- Point of Contact
- Rachel.Reed@va.gov
- E-Mail Address
-
Contracting Officer
(Rachel.Reed@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS ONLY A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, Bay Pines VA Healthcare System, 10,000 Bay Pines Blvd., Bay Pines, FL 33744 is seeking a qualified Service-Disabled Veteran-Owned Small business (SDVOSB) A/E firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for project no. 516-12-123, Renovate Community Living Center, Phase II. This procurement is restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, located within a 150 mile radius of Bay Pines VAHCS campus. Geographic location will be determined using MapQuest from SDVOSB Prime/Corporate Office to Bay Pines VA Healthcare System. 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 Million. This is a 100% Service-Disabled Veteran-Owned Small Business Set Aside. Potential contractors must be registered in CCR (www.ccr.gov) and visible/verified/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 a SDVOSB concern as established by 38 CFR Part 74 and that you are in compliance of FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, when you submit a SF 330 for this Sources Sought Notice. For this proposed A&E contract, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Description of work to be performed includes Design Development and Construction Documents complete drawings, specifications, cost estimates, construction period services and construction site visits as required, to renovate, modernize and expand the existing Community Living Center (CLC), Project No. 516-12-123. The renovations shall be designed with coordination with all VA staff input for various program areas that have impact in this building. VA space criteria shall be used as a guide with standards implemented into the plans. Work to also include all associated site work, landscaping, road work and other related work as required, integrating the new building/structure completely into the campus. Services to Include: Development of program space requirements, study of existing equipment and furniture, conceptual design layout schemes, Design Development Drawings, Working Drawings, Specifications, Cost Estimate and Construction Period Services to renovate approximately 72,000 GSF of existing space on the ground floor level of building 101 and 71 Nursing Home of area sections B, C, E, F and G . The renovation of sections B, C, E, F and G space will be the second phase of this multi phase project. Renovated and new interior building spaces are to provide the square feet needed to expand the patient areas to meet all required Health Information Privacy Act (HIPPA) regulations pertaining to patient privacy and in accordance with cares space needs. The new design will meet all State of Florida Minimum Standards for Nursing Homes Chapter 59A-4. The A/E shall review and reference the VA Space Planning Criteria (106) CLC and the Federal Design Guidance Whole Building Design Guide (WBDG) for Nursing Home. The guide can be found at [www.wbdg.org]. The new building is to be a complete design to develop the building from concept to activation to include all building systems. The existing building 101 modernization will include new flooring, walls, ceilings, mechanical, electrical, security/ surveillance and communications systems. In accordance with VAAR 836.204, the estimated magnitude of the resulting construction project for the remainder of building 101/71 sections B, C, E, F, and G is between $10,000,000 and $20,000,000. Design completion timeframe or period of performance is estimated to be 275 calendar days after receipt of the Notice to proceed. The anticipated period of performance of the Construction Contract is estimated to be between 480-540 calendar days. Project construction award is anticipated in FY 2014 and construction completion is scheduled for FY 2017. All design will be done according to VA specifications, Design guides, Infection Control guidelines and all applicable codes. The A/E shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.cfm.va.gov/TIL/). The design will be structured so as to require minimum interruption of space function during construction. All work shall meet NFPA / Life Safety Code and comply with all applicable building codes. Qualifications (SF330) submitted by each firm will be reviewed and evaluated based on the following criteria 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 necessary for satisfactory performance of required services, to include a proposed management plan. (2) Specialized Experience and Technical Competence in the type of work required including, where appropriate, experience in designing for federal agencies, healthcare design, knowledge of Joint Commission and HIPPA requirements, energy conservation, pollution prevention, waste reduction, and the use of recycled materials, project control, and estimating effectiveness. (3) Capacity to Accomplish the Work: the general work load and staffing capacity of the design office, 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 federal agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. (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 SDVOSB Firm s corporate office. (6) Reputation and standing of the firm and its principal offices with respect to professional performance, general management, and cooperativeness. (7) 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. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. SUBMISSION REQUIREMENTS: Qualified SDVOSB firms are required to submit (1) electronic SF 330 Parts I and II no later than 2:00 PM, EST on April 24, 2012. The SF 330 may be downloaded from www.gsa.gov/forms. All SF330 submittals must be sent to the attention of Rachel.Reed@va.gov, Subject Line: SF330 Submittal 516-12-123. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the e-mail or illegibility of the SF 330. The Contracting Officer will acknowledge receipt of the SF 330 as a reply to the e-mail address of the sender. Additionally, 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 4. A copy of the firm s VetBiz Registry. NOTE: The SF 330 submission is limited to a MAXIMUM of thirty (30) pages, with a font size no smaller than 11. A cover, cover letter and/or copy of the VetBiz registration are NOT included in the thirty (30) page count limit. Part II of the SF330s ARE NOT included in the thirty (30) page count limit. Any request for assistance with submission or other procedural matters shall be submitted via email only (Rachel.Reed@va.gov), telephone inquires will not be honored. FAILURE TO CLEARLY ADRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS ABOVE MAY RESULT IN REJECTION OF SF330. Award of any resultant contract is contingent upon the availability of funds. The contract is anticipated to be awarded in June 2012. 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. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24812R1213/listing.html)
- Document(s)
- Attachment
- File Name: VA248-12-R-1213 VA248-12-R-1213_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318884&FileName=VA248-12-R-1213-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318884&FileName=VA248-12-R-1213-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-12-R-1213 VA248-12-R-1213_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318884&FileName=VA248-12-R-1213-000.doc)
- Record
- SN02716210-W 20120408/120406234829-0c8ec9c83681a4946e0b097f75832372 (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 |