Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2013 FBO #4200
DOCUMENT

C -- 649-410 Construct Lab & Pharmacy-Design - Attachment

Notice Date
5/23/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25813R0502
 
Response Due
6/17/2013
 
Archive Date
8/1/2013
 
Point of Contact
Mr. Robert Kenny
 
E-Mail Address
Robert.Kenny@VA.GOV
(robert.kenny@va.gov)
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
REQUEST FOR SF 330's - 640-410 Laboratory / Pharmacy Buildings Design 1.This is a request for Standard Form 330, not a request for proposal. Provide Professional architectural and engineering design services for two separate new buildings for a Pharmacy and Laboratory at the Bob Stump Northern VA Health Care Center (NAVAMC), Prescott, Arizona. 2.The firm shall be listed in CCR under NAICS code 541310 (SIZE STANDARD $7 Million) and/ or 541330 (SIZE STANDARD $14 Million) to Provide Architectural / Engineering design services at the Bob Stump Northern VA Health Care Center (NAVAMC) for the Schematic Design, Design Development, Construction Document and Construction Administration phases of design for the following areas; 1) the Laboratory area, 2) the Rehabilitation area. Areas are noted on the attached floor plan. All services provide in the SOW shall meet current local, state, federal, VA, VISN, ADA, NFPA, TJC and Life safety codes and directives. This minor project will construct two separate buildings: a pharmacy and a laboratory. Both buildings will serve both inpatient and outpatient needs. The intent is to locate both buildings next to each other next to and above the newly constructed Emergency Department. This location will place both functions right between the ED and the Outpatient Care Clinic, and will provide good access to both the Community Living Center (CLC) and the Inpatient Care wards in Building 107 via the elevated corridor between the CLC and Building 107 (commonly referred to as the "Miracle Mile"). A description of these two buildings follows below: The Pharmacy Department is currently located in Building 117, adjacent to the Outpatient Care functions at the facility. Until recently, the Emergency Department was also located in Building 117 and was adjacent to the Pharmacy. However, Ambulatory Care is growing significantly and is taking over the previous Emergency Department space. With the increasing size of both the ED and Ambulatory Care, the Pharmacy needs to expand. It also needs to be located next to both the ED and Ambulatory Care while having good access to the facility's inpatient care areas. The best location for the new expanded Pharmacy appears to be next to the new Emergency Department, with access to the Miracle Mile corridor that joins the inpatient areas. The new space will be approximately 6,000 net square feet and approximately 10,000 gross square feet. The current laboratory is on the first floor of Building 107. It is approximately 3,900 s.f. in area, far short of the 10,000 n.s.f. required. There isn't sufficient space at the current location to expand the lab and relocating the lab to improve access to the new ED, the expanding ambulatory care space and the inpatient care areas is desirable. The recommended new location is contiguous with the new pharmacy which meets all of these goals. There is also some odd space under the elevated Miracle Mile that may function well for secure pharmacy or lab storage requirements for controlled substances and valuable reagents. The awarded A/E firm will develop standard design documents for use in the bidding and construction by a qualified contractor. The A/E firm will also provide construction administration. The awarded firm will provide the noted HVAC review and testing work and associated documentation. 3.The desired Area of consideration is restricted to 800 miles of Bob Stump Northern VA Health Care Center (NAVAMC), Prescott, Arizona 86313. Responses received outside the 800 mile radius will receive a lower rating during the evaluation process (item 6(i) below). 4.Qualifications of responding firms should include but not limited to: specialized experience and technical competence of the firm with the specific type of services required and specific experience and qualifications of personnel proposed for assignment to the project. The A/E firm must be an SDVOSB verified company as recognized in the VetBiz system as a CVE verified SDVOSB firm at time of receipt of SF 330's (provide evidence along with your SF330 submission). Your firm shall also be registered in the Systems for Awards Management at www.sam.gov (provide evidence at time of SF330 submission). Your firm must also provide General Liability insurance and Errors - Omission insurance certifications at time of SF330 submission. If your firm has had litigation against it, show documentation on how these issues have been resolved when submitting your SF330 qualifications. 5.The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10 Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. As an SDVOSB structured firm, your must be able to self perform 50% of the cost of the contract performance (or more) utilizing the employees of your firm that are on your payroll log. Payroll logs may be required to verify employment relationship of staff, shown to be associated with this project from your SF330 details, are truly employed by your firm if requested by VA Contracting department. 6.Selection criteria for this AE contract will be based on the following, in descending order of importance: a.Specialized experience and technical competence of the firm (including a joint venture or teaming association) with this specific type of design services required b.Specific experience and qualifications of personnel proposed for assignment to this project and how their experience is applicable to this project c.Past record of performance on Contracts with the Department of Veterans' Affairs or similar new medical design for a clinical lab or pharmacy project. If none for this specific type, provide history on new medical design work that would be as similar as possible to this project's requirements d.Location and Facilities of Working Offices closest to this geographic location (within the 800 mile radius) e.Professional capacity of the firm in the designated geographic area of the project to perform work along with detailed design and construction knowledge of this geographical area f.Ability to show previous track record to maintaining project schedules and project design budgets g.Building Information Modeling skills/ qualifications / actual project expertis h.Cost control effectiveness and estimating accuracy i.Awards 7.A/E firms, which meet the requirements listed in this announcement, are invited to submit three (3) electronic copy CD media (No flash drives) of the completed Standard Form (SF) 330 package (with all associated backup documents for your qualification proposal) no later than noon (1:00 PM) Arizona Time, Monday June 17, 2013. Firms are to mail, or hand deliver with transmittal counter-signature by the VA Contracting Office, the electronic copy CD's to the VA Construction Contracting Department (at the address shown below) Disks ONLY are to be sent to: Department of Veterans Affairs Phoenix Construction Acquisition Office ATTN: Robert Kenny, Contract Specialist 777 East Missouri Avenue-Suite 300 Phoenix, AZ 85014 Robert.Kenny@va.gov 8.No bid packages are available. This is NOT a Request for Proposal (RFP). NAIC No. 541310 and /or 541330 applies to this project. The new Small Business Standard of $7.0 million applies to your firm with respect to this project. The Construction Cost Range for this project, in accordance with VAAR 836. 204 (h) is $5,000,000.00 - $10,000,000.00. Your submittals will be evaluated per section 6 above and the potential top five (5) rated firms will be contacted for interviews. Only one (1) firm will be selected for award of this New Lab & Pharmacy Building Design A/E contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25813R0502/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-13-R-0502 VA258-13-R-0502_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=771655&FileName=VA258-13-R-0502-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=771655&FileName=VA258-13-R-0502-006.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Dept of Veterans Affairs-PHX Contracting Office;777 East Missouri Avenue-Suite 300;Phoenix, AZ
Zip Code: 85014
 
Record
SN03070510-W 20130525/130523235344-43a2e99e5cdb701b549743009f061c20 (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.