Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
DOCUMENT

C -- A/E DESIGN SERVICES - Renovate Research Elevators and Modernize the Interior of Passenger Elevator Cabs Project #546-12-608 (SDVOSB SET ASIDE) - Attachment

Notice Date
5/9/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS - VHA;SAO EAST, NCO 8;ATTN: ELISSA GOODMAN;9800 W. COMMERCIAL BLVD, SUITE #MR 111;SUNRISE, FL 33351
 
ZIP Code
33351
 
Solicitation Number
VA24812I1392
 
Response Due
6/8/2012
 
Archive Date
6/18/2012
 
Point of Contact
SAME AS CONTRACTING OFFICE
 
E-Mail Address
Contracting Officer
(elissagoodman@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
"This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside." Department of Veterans Affairs, Miami VA Healthcare System, Bruce W. Carter Medical Center, Miami, Florida, is soliciting and intends to award a firm fixed price contract for Architect/Engineering services to an A/E for development of complete construction documents (i.e. working drawings, specifications, and reports) for Project 546-12-608, Renovate Freight Elevators and Modernize the interior of the Passenger Elevator Cabs. The project design will entail all necessary refurbishments to the engineering elements of the Freight and Passenger Elevator Cabs that serve the Bruce W. Carter Department of Veteran Affairs Medical Center. These refurbishments will include but not be limited to structural, electrical, controls and mechanical systems. The goal of the project is to remediate the above mentioned system to provide a fully functional and serviceable unit to the VA Hospital with a minimal disruption of services to the Veterans and staff at the facility. The design will include the replacement of the Loading Dock Elevator and all related equipment. The refurbished/replaced Elevators shall meet all VA Design Guidelines Criteria. Design services for the preparation of contract documents for this project include the following: (1) Provide Civil, Structural, Architectural, Phasing, Environmental Remediation, Mechanical, Plumbing, Electrical, Fire Protection Engineering Service, and Project Cost Estimation; (2) Conduct a survey of the exiting Freight Elevators that addresses structural, electrical and mechanical components; (3) Prepare a report detailing all the findings of the survey and recommended upgrades and repairs necessary; (4) Provide a design that addresses electrical and mechanical deficiencies outline discovered by the survey an addressed by the report; (5) Provide all system components which shall be U.L. approved; (6) Provide a design which shall include all necessary improvements to the elevator systems; (7) Approve all submittals and (8) Seven (7) site visits. Estimated magnitude for A/E Services for this project is between $25,000.00 and $100,000.00. The NAICS code for this A/E project is 541330. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in CCR (www.ccr.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 for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74: therefore, when submitting a proposal, you are certifying your company is eligible to receive an award per this requirement. Furthermore, while your company may be listed as "verified" in VA's Vendor Information Pages at www.vetbiz.gov as a SDVOSB, if protested, and based upon the evidence submitted the protest is sustained, therefore determining that your company is ineligible for award as a SDVOSB, your company may be held liable for any re-procurement costs associated with this requirement. The SDVOSB business must be 51% or more owned by one or more service connected veterans (SDVOSB) and must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, 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). SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1) Professional qualifications necessary for satisfactory performance of required service. 2) 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. 3) Capacity to accomplish the work in the required time. 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5) Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. ADDITIONAL SELECTION CRITERIA: In addition to the selection criteria identified above, the area of consideration for offeror is a 500 mile driving radius between offeror location and the VA Medical Center, Miami, FL (Determination of mileage eligibility will be based on www.mapquest.com) The selected A/E should have previous experience in the design of renovations within medical facilities. The A/E must provide documentation of at least two renovations within medical facilities designs with references, names, and phone numbers with the SF330. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hardcopies of Standard Form 330 (SF330), one (1) CD and one electronic copy by e-mail to the contracting officer of Parts I and II no later than 12:00 PM, EST on June 8, 2012. All SF330 submittals must be sent to the attention of Elissa Goodman, Broward County VA Clinic, 9800 W. Commercial Blvd, Suite #MR 111, Sunrise, FL 33351. Submission of electronic copy must be submitted to elissa.goodman@va.gov. All questions are to be sent via e-mail to elissa.goodman@va.gov. 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 firms VetBiz Registry THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. Project is Subject to Availability of Funds. Point of Contact is Elissa Goodman, Contracting Officer, PH: 954.475.5500 ext. 5747. Contract via e-mail at elissa.goodman@va.gov is preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC/VAMCCO80220/VA24812I1392/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-I-1392 VA248-12-I-1392.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=337097&FileName=VA248-12-I-1392-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=337097&FileName=VA248-12-I-1392-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02743793-W 20120511/120509235816-f58c527b99dc86435f2cb50ea2339686 (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.