Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
DOCUMENT

C -- Tuckpoint Bldg 7 (A/E) - Attachment

Notice Date
3/19/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (101);VA Medical Center;325 New Castle Road, Bldg. 1;Butler PA 16001-2480
 
ZIP Code
16001-2480
 
Solicitation Number
VA24413R0526
 
Response Due
4/18/2013
 
Archive Date
7/17/2013
 
Point of Contact
Linda L Bressler
 
E-Mail Address
282-5532<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA Medical Center, 325 New Castle Rd, Butler, PA is seeking the services of a qualified Architect-Engineer to provide design services for Project 529-13-107, B7 Tuck-Point Repairs. The magnitude of construction for the above referenced project is between $100,000 and $250,000. The estimated duration of design is 120 days from the issuance of the Notice to Proceed. It is anticipated that a Firm Fixed Price Contract will be awarded to the A/E Firm selected for the aforementioned design services. The most highly qualified A/E Firm will be required to participate in a Criteria Review Conference (CRC) prior to the submission of price proposals. Any cost associated with the participation in the CRC is not reimbursable. Contract award is subject to the availability of funds for FY 2013. Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified firms will be compiled on a shortlist of candidates who will be contacted for an interview. The following evaluation criteria, listed in descending order of importance, shall be used to evaluate firms and determine the most highly qualified firm for possible contract award. The Professional Qualification and Specialized Experience/Technical Competence (i.e., Evaluation Factors #1, #2 & #5) factors are slightly more important than the other three factors (i.e. Evaluation Factors #3, #4, and #6). 1. Specialized in-house experience and technical competence of the firm with the type of services required. 2. Specific Experience and Qualifications of personnel proposed for assignment to the project and record of working together as a team. 3. Professional capacity of the firm to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. 4. Past record of performance on contracts with the Department of Veterans Affairs and/or Government contracts. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. 5. Location in General Geographical Area and facilities of the working office(s) which provide the professional services and familiarity with the area in which the project is located. 6. Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Evaluation Factors for interviews: 1. Team Proposed for this Project - Background of the personnel, Project Manager, Other key personnel, Consultants. 2.Proposed Management Plan - Team organization Design Phase. Construction Phase. In-House Capabilities. 3.Previous Experience of Proposed Team - Building Tuck Pointing. 4.Location and Facilities of Working Offices - Prime Firm, Consultants. 5.Proposed Design Approach for this Project - Proposed Design Philosophy, Anticipated problems and potential solutions, sustainable design. 6.Project Control - Techniques planned to control the schedule and costs, personnel responsible for schedule and cost control, QA process within organization. 7.Estimating Effectiveness - Ten most recently bid projects. 8.Miscellaneous Experience & Capabilities - CADD & other computer applications, Value Engineering & Life Cycle Cost Analyses. 9.Insurance and Litigation - Type and amount of liability insurance carried, Litigation involvement over the last 5 years & its outcome, Record of significant claims against the firm because of improper or incomplete architectural and engineering services. This procurement is being set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). The North American Industry Classification System (NAICS) code for this work is 541330. The small business standard is $14 million dollars. Service Disabled Veteran Owned Small Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company registration. Additionally, any potential awardees must also be registered in SAM (System for Award Management) System. Registration can be accomplished by visiting www.sam.gov. To be considered for this contract Firms shall submit three (3) hard copies of their Standard Form 330 (Parts I & II) and a CD copy of their Standard Form 330 (Parts I & II) to the Butler VA Healthcare Center (no fax) mailed to Acquisition (101), Attn: Linda Bressler, VA Medical Center, 325 New Castle Rd., Butler, PA 16001-2480, Phone 724-282-5532. One copy must be electronically submitted as a pdf to linda.bressler@va.gov. Standard Form 330's must be received no later than 2:00 PM on April 18, 2013. Inquiries regarding this announcement can be sent to Linda Bressler via E-Mail linda.bressler@va.gov. SF 330 submissions by electronic means are not permitted. Additionally, the submissions must include an insert detailing the following information placed at the front of the Submission. "Duns & Bradstreet Number "Tax ID Number "The E-mail address of the Primary Point of Contact. "A printed copy of the firms VetBiz Registry. "A copy of the letter from the Center for Veterans Enterprise (CVE) verifying the firm's status as an SDVOSB. "A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime. "A copy of their State Licensure Special Note: An A/E Firm failing to provide any of the documentation detailed in the Sources Sought Notice will be determined as Non-Responsive and will not be considered. The following is an excerpt from the Scope of Work for Project# 529-13-107 "B7 Tuck-point Repairs". As previously stated, this is not a Request for Proposal. The inclusion of the excerpts in the Sources Sought Notice is to provide a broad overview of the design project to assist the A/E Firms to prepare their SF330s. Provide professional Architect/Engineer services to include: *Site investigation - architectural, structural, mechanical, plumbing, civil and electrical (all disciplines) *Soil borings, soil sampling and reports *Asbestos abatement monitoring and sampling. *Meet with the Integrated Project Teams (IPT) at the designated percent design reviews. After review by VA, develop working drawings and specifications *Cost estimates *Construction period services - review of submissions, provide recommendations regarding contractor change proposals, visit site per VA's request and add to drawings as-built conditions from contractor's record drawings. Based on the scope of work, field survey, meetings, and construction budget, develop a schedule, specifications and working drawings for renovations/new construction. This work includes architectural, asbestos abatement (as needed) and site modifications. Statement of Work - Building 7 Improvements and Tuck-point repairs Provide all labor, and materials to design repairs to Building 7 Boiler Plant, including but not limited to architectural, asbestos abatement as needed and site modifications in accordance with the following list and all applicable codes and regulations using the VA master specification for all construction specifications, General Requirements, and General Conditions. Tuck pointing, Architectural repairs: Evaluate and design repairs to the B7 exterior walls, especially the west and south walls and foundations. Evaluate and design repairs to any structural steel in the building especially the coal tower; Repair/replace roof; Improve lighting protection; repair building tuck-pointing; evaluate exterior walls for structural soundness/design repairs. Repair all downspouts & gutters as needed. Reroute southern downspout away from concrete walkway. Enlarge downspout scupper & interior piping as needed to meet load on south east side. Infill any abandoned openings in exterior brick walls with new masonry. Tuck pointing, Architectural repairs: Evaluate and design repairs to the B7 exterior walls, especially the west and south walls and foundations. Evaluate and design repairs to any structural steel in the building especially the coal tower; Repair/replace roof; Improve lighting protection; repair building tuck-pointing; evaluate exterior walls for structural soundness/design repairs. Repair all downspouts & gutters as needed. Reroute southern downspout away from concrete walkway. Enlarge downspout scupper & interior piping as needed to meet load on south east side. Infill any abandoned openings in exterior brick walls with new masonry. Work may include but not limited to: Site Surveying, Soil Boring, Architectural, and Structural review. Complete Construction Documents shall be provided for bidding, and construction within budget limitations. Provide 20% bid deducts as required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BuVAMC529/BuVAMC529/VA24413R0526/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-13-R-0526 VA244-13-R-0526_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=664148&FileName=VA244-13-R-0526-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=664148&FileName=VA244-13-R-0526-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03015442-W 20130321/130319235410-58559238181178bcc224e3c2fef2ec25 (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.