Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2012 FBO #3988
DOCUMENT

C -- Cottages Phase III A/E Design Project# 1 679-314 - Attachment

Notice Date
10/23/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Tuscaloosa VA Medical Center;3701 Loop Road East;Tuscaloosa AL 35404-5088
 
ZIP Code
35404-5088
 
Solicitation Number
VA24713R0040
 
Response Due
11/15/2012
 
Archive Date
12/25/2012
 
Point of Contact
Sherry Marvin
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Tuscaloosa VA Medical Center anticipates issuing a Fixed Firm Contract for Architect-Engineer (A-E) services. This announcement is for the selection of an Architect-Engineer (A-E) Firm. The location of the projects will be at the Tuscaloosa Veterans Administration Medical Center, 3701 Loop Road East, Tuscaloosa, and AL.35404. CONTRACT INFORMATION: The AE contract may be used for design services for the development of specifications and drawings for the construction of three (3) cottages similar to the existing Cottage 146, The scope of design services may include, but not be limited to, architectural, civil, structural, mechanical, electrical, Green Globe Accredited Professional, geotechnical, topographical, facility commissioning services, environmental for design of new construction, utilities, pavements, etc. Expected A-E services may require any combination of the following: Title I - Site Investigation Services, Title I - Design Services, and Title II - Construction Period Services. This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Veterans Administration Acquisition Regulation (VAAR) 836.6. Firms will be selected for presentations based on demonstrated competence and qualifications for required work. This contract is set-aside 100% for Service Disabled Veteran Owned Small Business's (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310. A Firm Fixed Price (FFP) contract will be awarded. SELECTION CRITERIA: The VA will use the following criteria to determine competition when reviewing the SF 330 received. If a submitting firm fails to meet these criteria they will be deemed irresponsible and be removed from competition. Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 will be used. The first two factors are significantly more important than the other six (6) factors and the other six (6) factors are of equal weight of importance. 1.) Professional qualifications necessary for satisfactory performance of required services: This factor evaluates the individual experience of the persons that are to be assigned to the design team. The key positions should include registered and licensed personnel such as Project Managers, Quality Assurance Managers, Architects, Architectural Engineers, Structural Engineers, Electrical Engineers, Mechanical Engineers, Civil Engineers, Fire Protection Engineers, Environmental Engineers and Resident Engineering / Construction Management. Firms may submit any other personnel they fell are significant for the types of work described in Specialized Experience. This may include, but not limited to, general new construction of medical center space to include walls, ceiling, floors, finishes, masonry, doorways including hardware, plumbing including storm sewer, sanitary, hot and cold water, heating, ventilation, air conditioning (HVAC) to include, package units, variable air and constant air volume terminals with reheat, variable frequency drive air handlers, steam and condensate piping, primary and secondary electrical circuits, digital controls, fire protection to include sprinkler system, central fire and security alarms, audio paging systems, Experience providing drawing in 3D. Designing general construction of new space to include structural work, roofing, exterior walls, site work, site utilities and work as stated above. Design of specialty construction may include tuck pointing, asphalt paving, elevators, complete key system, large chillers and boiler controls. 2.) Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities 3.) Capacity to accomplish the work in the required time: This factor evaluates the ability of the A-E firm to given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. Firms shall provide demonstrated compliance to performance schedules, adherence to timelines for deliverables, the ability to meet unusual time constraints and methods of project management. 4.) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules: This factor shall be evaluated based on the information provided by the A-E from previous government agencies and private industries on similar type of projects, performance appraisals on file in Past Performance Information Retrieval System (PPIRS) and contact with personnel listed in the SF 330 regarding past performance as well as evaluation board members personal knowledge of the firm 5.) Location in general geographical area of the project and knowledge of the locality of the project: This factor evaluates the distance from the Prime AE firm's office to the location of work (Tuscaloosa VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor 6.) The 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 Prime A/E firm must be located within 250 miles of the Tuscaloosa VA Medical Center and capable of arriving at the Tuscaloosa VA Medical Center within Five (5) hours of notification by the Tuscaloosa VAMC Contracting Officer Representative. The offeror must provide specific details in their SF 330 submittal on how this will be achieved. The Firm must submit the type and amount of Insurance carried. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) in the format found at http://www.acgov.org/pwa/documents/sf330.pdf no later than 2:00 pm CST on November 15, 2012. All SF330 submittals must be sent to the attention of Sherry Marvin Contract Specialist, Tuscaloosa VA Medical Center, 3701 Loop Road East, (Bldg 5 Room 7A) Tuscaloosa Alabama 35404. Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of Sherry.Marvin@va.gov. Additionally, the submission must include an insert detailing the following information: oDun & Bradstreet Number oTax ID Number oThe e-mail address and phone number of the Primary Point of Contact oA printed copy of the firms VetBiz Registry. Personal visits by A-E firms, for the purpose of discussing this announcement or the submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Prior to contract award, the selected firm must be registered in System for Award Management (SAM) at www.sam.gov and must also be registered in VetBiz and be verified PRIOR to submitting the SF 330. The top three (3) Firms will be chosen based on the selection criteria above and interviewed in person at the TVAMC, award will be made to the most qualified Firm. This Is Not A Request For Proposal (RFP).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC679/TuVAMC679/VA24713R0040/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-13-R-0040 VA247-13-R-0040_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=507418&FileName=VA247-13-R-0040-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=507418&FileName=VA247-13-R-0040-002.docx

 
File Name: VA247-13-R-0040 Cottage Phase III SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=507419&FileName=VA247-13-R-0040-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=507419&FileName=VA247-13-R-0040-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02917696-W 20121025/121023233732-0a4e6bf0c8ce52e36173e05b621570ee (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.