Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
DOCUMENT

C -- A&E Design - Various Handicap Improvements - Attachment

Notice Date
4/26/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 324, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24812R1258
 
Response Due
5/17/2012
 
Archive Date
6/16/2012
 
Point of Contact
Joyce Powers
 
E-Mail Address
joyce.powers1@va.gov
(joyce.powers1@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS ONLY A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The Bay Pines VA Healthcare System located in Bay Pines, Florida, is seeking a qualified Architectural-Engineering firm to perform A/E services. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business (SDVOSB). In order to be considered for award firms responding to this announcement shall be registered in VETBIZ a Service Disabled Veteran Owned Small Business. The link to the VETBIZ site is http://www.vip.vetbiz.gov/. Contract Information: A Firm Fixed Price A/E Design Services contract is contemplated for Project 516-12-606, Design of Various Handicap Improvements. The NAICS code for this acquisition is 541310 Architectural Service, Size Standard is $7 Million. Eligible Prime Contractor Firms must have a working office located within 250 miles of the Bay Pines VA Medical Center. Geographic location will be determined using MapQuest from SDVOSB Prime/Corporate Office to Bay Pines VA Healthcare System. Firm must be a Registered and Licensed Architect Business in the State of Florida. The estimated construction cost range of this project is between $500,000 and $1,000,000. The Design Period of Performance shall be 120 calendar days after award of the contract. Design reviews at 30%, 65%, 95% and 100% will be required. In order to be considered for award, interested firms responding to this announcement are required to be registered in the Central Contractor Registration (CCR) and submit Annual Representations and Certifications via the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. Scope of Work: The A/E shall provide a complete A/E design for Various Handicap Improvements, at the Bay Pines VA Medical Center, located at 10000 Bay Pines Blvd, Bay Pines, FL 33744. Work includes design services for renovation/replacement of existing elevator in building 20 and renovation/modernization of 28 restrooms in various buildings. Elevator is in need of controls modernization and code upgrade for accessibility. New design shall meet certain ADA requirements. Restroom renovations will address ADA deficiencies and includes the removal of existing utilities and replacing with ADA accessible auto-sensor conveniences. Services will also include site investigation, designing and preparing drawings, phase planning, specifications, cost estimates, and construction period of services for all disciplines. Electronic copies of drawings are to be provided in the current version of AutoCad or its companion products (digitally signed DWGs) and PDF format in individual sheet files on CD-ROM. 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. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria: (1) Professional qualifications necessary for satisfactory performance of required services (2) Specialized experience and technical competence of the firm with the type of service required. (3) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. (4) Proposed design approach, philosophy and method of implementing energy conservation/sustainable design, anticipated problems, and potential solutions. (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. The desired proximity to BAY PINES is 250 miles. (6) Professional capacity to perform work within the time limitations. (7) Reputation and standing of firm with respect to professional performance, management, and cooperativeness (8) Past Performance record of performance with the Department of Veteran Affairs or other Federal Government Agencies. The past performance record shall include data on project control, quality of work and compliance with performance schedules. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. Three or more firms deemed most highly rated after initial source selection will be chosen for interviews. Qualified firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. 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. Submission Requirements: A/E firms responding to this announcement shall submit two (2) hard copies and one (1) electronic completed copy of a Standard Form (SF) 330, Architect-Engineer Qualifications, to the Contracting Office Address shown on page 1 and email address provided below. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. 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. Submit required documents no later than 2:00 PM, EST., 17 May 2012. This notice is issued solely for information and planning purposes only. This is NOT a request for proposal. Questions may be directed via email to Joyce Powers - joyce.powers1@va.gov. No phone calls please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24812R1258/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-R-1258 VA248-12-R-1258.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329685&FileName=VA248-12-R-1258-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329685&FileName=VA248-12-R-1258-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02732191-W 20120428/120426235600-8d3508ee21475f5b9c242c4213ccd768 (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.