Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2013 FBO #4326
DOCUMENT

C -- Renovate Primary Care at Lake Baldwin - Attachment

Notice Date
9/26/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24813R2960
 
Response Due
10/28/2013
 
Archive Date
1/26/2014
 
Point of Contact
Wayne L Boger
 
E-Mail Address
7-6575<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Project 675-14-100; Renovate Primary Care at Lake Baldwin Contracting Issuance and Administration Office: Department of Veterans Affairs-VHA, Network Contracting Office (NCO) -8, Construction Team 1, 2500 Lakemont Avenue, FL 32803. Place of Performance: Orlando Department of Veterans Affairs (VA) Medical Center, 5201 Raymond Street, Orlando FL 32803 THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. NO SITE VISIT IS PLANNED AT THIS TIME. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN OR SUBSEQUENT AMENDMENTS. It is the Offeror's responsibility to check Federal Business Opportunities (www.fbo.gov) for any revisions to this announcement before submission of your firm's SF330. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. Department of Veterans Affairs VHA, NCO-8 Construction Team 1 is soliciting and intends to award a firm fixed price contract for Architect/Engineering (A/E) services to an responsible A/E firm for development of complete Construction Documents (i.e. working drawings, specifications, and reports) and perform Construction Period Services for this project entitled. Renovate Primary Care at Lake Baldwin, Project No. 675-14-100, for the Department of Veterans Affairs, Orlando VA Medical Center, 5201 Raymond Street, Orlando, FL 32803. A/E shall furnish technical services for schematic design, design development and construction documents. Interested A/E firms must have the capability of engaging all additional disciplines as necessary to provide a complete fee proposal. Project Overview: 1.The Orlando VA Medical Center proposes renovation/repurpose of the existing Lake Baldwin campus when departments have been relocated to the new Lake Nona facility. 2.This project will relocate 4000 SF of Compensation & Pension (C&P) space from modular building 523 to building 500 (Lake Baldwin Campus), as well as renovate an additional 12,000 SF in building 500 to expand C&P to a total footprint of 16,000 SF. An additional 6,500 SF within buildings 500 & 504 will be renovated to meet the Patient Care Team (PACT) model. Layout and extent of work will be determined based on vacated space due to department relocation to the Lake Nona facility. After the transition to the new location (once vacated) the modular building (523) will be disposed of. Construction work to be performed will include Heating Ventilation and Air conditioning system and fire protection system modifications, new flooring, new drywall partitions, new doors, privacy issues, new lay-in ceilings, lighting, plumbing upgrades, painting and signage. Including site utilities and landscaping for removal of the modular building 523. 3.Design work to include Heating Ventilation and Air conditioning system and fire protection system modifications, new flooring, new drywall partitions, new doors, privacy issues, new lay-in ceilings, lighting, plumbing upgrades, painting and signage. Including site utilities and landscaping for removal of the modular building 523. 4.The following apply to all facilities associated with Project 675-14-100 Renovate Primary Care Lake Baldwin. a)Architectural Issues: The design guidelines shall meet all specifications to Renovate Primary Care at Lake Baldwin into a space that is contemporary in terms of finishes as well as layout and workflow. b)Interior Design Issues: This space is to follow the Plane tree philosophy. c)Mechanical Issues: Mechanical work shall provide all renovated spaces with new mechanical equipment, tied into existing building systems as appropriate. d)Electrical work shall provide all renovated spaces with new electrical equipment, tied into existing building systems as appropriate. e)Structural Issues: Structural work shall provide any saw cuts to for the new requirement to tie plumbing or any other building systems as appropriate. Work shall be phased as required to minimize patient impact and to coordinate with other trades. f)Fire Protection Issues: Fire protection work shall be in accordance with NFPA and updated to cover new and/or additional layouts.. g)Plumbing Issues: Plumbing work shall be in accordance to IBC, FBC and UPC to tie any new systems back into the building to include water closets or any other plumbing requirement. Work shall be phased as required to minimize patient impact and to coordinate with other trades. Specific Project Requirements: Tasks shall consist of but not be limited to Design Period and Construction Period Services for the Renovate Primary Care - Lake Baldwin project. Architect/Engineer shall provide all necessary design services required to ensure that the general intention of the Government is fully satisfied. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. NAICS Code: 541310. NAICS Code for the Construction project: 236220. Construction magnitude of the project is between $$2,000,000 -$5,000,000 Boeckh Index: The estimated construction contract price set forth herein is based on the Boeckh Index or 2,128.2 for the period of March - April 2013. This limiting cost will be adjusted as the Boeckh Index changes from the date of this fixed limit to the date the bids on the construction contract are opened. Anticipated award date of the Project Construction phase is: Unknown, probable 2014 or 2015. Anticipated award date of the proposed A-E Contract is on or before March 30, 2014. Anticipated period of performance of the A-E contract is 210 Calendar Days. Anticipated period of performance of the Construction Contract is estimated: TBD. Duration of Construction Period Services and Authority: The Selected A/E firm will be responsible for being responsive to the NCO-8 Construction Team 1 and the Orlando VA Facility Engineering staff and provide Basic A/E Services during the Construction Period Services Phase of this project. The A/E shall serve the Government in an advisory and consultant capacity. The A/E firm shall not provide administration of the construction contract. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Offerors must be registered in CCR (SAM) (https://www.sam.gov/portal/public/SAM/) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their firm's qualifications in order to be considered. As a Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your firm meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74 and certifying your firm is eligible to receive an award per this notice. SELECTION OF THE A-E FIRM: Firms responding to this announcement by submitting a SF 330 will be considered for initial evaluation. Following initial evaluation of SF330s, discussions/interviews/negotiations will be held with at least three (3) A/E firms that are determined "MOST HIGHLY QUALIFIED" to provide the type of services required. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection of firms for discussions/interviews/negotiations shall be made by a Pre-selection Board by evaluation of the PRIMARY SELECTION CRITERIA listed below. PRIMARY SELECTION CRITERIA in Order of Preference: Note: Failure to address all selection criteria in sufficient detail will result in a low a rating or exclusion. Selection criteria (See FAR Subpart 36.6 and VA Acquisition regulation 836.6) as follows: 1.Professional qualifications necessary for satisfactory performance of required service. A board will evaluate, as appropriate, the education, training, registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25. 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. A board will evaluate the specialized experience on similar projects and the technical capabilities (such as design quality management procedures, CADD, equipment resources, and laboratory requirements) of the prime firm and any subcontractors. The Board will evaluate where appropriate the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. Specialized experience in design/renovation of VA Hospitals/Clinics and Hospitals/Clinics is weighted favorably. 3.Capacity to accomplish the work in the required time. A board may consider more favorably a firm's experience in projects similar or greater in scope, size and magnitude and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The board will consider the full potential value of any current A/E contracts that a firm has been awarded when evaluating capacity. 4.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information obtained for Government Past Performance Information Systems may be accessed and utilized in the evaluation process. 5.Location in general geographical area of the projects 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. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. The SF 330 must address these criteria. 7.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The SF 330 shall contain a signed and dated statement affirming that that there are no records of significant claims 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. 9.The area of consideration for an Offeror is a 750 Mile driving radius between principal business address listed in VETBIZ and the Orlando VA Medical Center, 5201 Raymond Street, Orlando FL 32803. Determination of mileage eligibility will be based on www.mapquest.com and the principle business address associated with the SDVOSB vendor's address listed in VETBIZ. 10.Demonstrated ability to follow Sources Sought instructions to include, clarity, accuracy and the organization and completeness of the Offeror's SF330. All SF330 submissions must include the following information either on the SF330 or by supplemental information provided with the SF 330 Submission. 1)Dun & Bradstreet Number 2)Principle Business Address 2) Tax ID Number 3) The e-mail address and phone number of the Primary Point of Contact 4) A current copy of the firm's Vendor Information Page that reflects current SDVOSB Status in VetBiz. See https://www.vip.vetbiz.gov. 5) Statement (signed and dated) that there are no claims against the firm because of improper or incomplete architectural and engineering services Information Used by Boards: Boards will only consider the following information: SF330 Parts I and II; any required supplemental information; documented performance evaluations. A board will not assume qualifications which are not clearly stated in a firm's submission. A board will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit SF 330 and cover pages and any supporting documentation in the following format: Two (2) hard copies, the SF 330 contained in separate 3-ring binders AND One (1) CD -digital SF 330 for Parts I and II, signed and dated by the authorized representative. THREE RING BIDER FORMAT (REQUIRED) "Cover Page "Table of Contents "Tab A: Supplemental Information "Tab B: SF 330 "Tab C: Miscellaneous Information SF 330 Parts I and II and all supporting documents must be received no later than 4:00 PM EDT, Monday, October 28, 2013. EMAIL SUBMISSIONS WILL NOT BE ACCEPTED. Hard copy SF 330 and supporting information shall be submitted/received in 3-ring binders. SEND SF330 SUBMISSIONS TO: Department of Veterans Affairs Orlando VA Medical Center ATTN: Wayne L. Boger, Contracting Officer 5201 Raymond Street Orlando FL 32803-8208 Point of contact is: Mr. Wayne L. Boger, Contracting Officer, Phone (407) 646-4502, Email: Wayne.Boger@va.gov. REQUESTS FOR INFORMATION ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to in writing to: Wayne.Boger@va.gov. No phone calls will be accepted. The Subject line shall read; A/E Project 675-14-100 || SOURCES SOUGHT RFI || VA248-13-R-2960. The RFI period shall open at the posting of this notice and close at 4:00 p.m. EDT on October 19, 2013. *** RFIs regarding the follow-on construction solicitation will not be addressed at this time.*** ------------------------------------------------------END-----------------------------------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24813R2960/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-13-R-2960 VA248-13-R-2960.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1026814&FileName=VA248-13-R-2960-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1026814&FileName=VA248-13-R-2960-000.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: Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL
Zip Code: 32803
 
Record
SN03203420-W 20130928/130926234548-6edbebfb83d4820145e9dd7010b384f7 (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.