Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2013 FBO #4402
DOCUMENT

C -- A/E to Design Linear Accelerator Site Prep for the Radiation Oncology Department at the VA Medical Center in Washington DC - Attachment

Notice Date
12/11/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC(688);VISN 5 Contract Satellite Office;50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
VA24514R0034
 
Response Due
1/10/2014
 
Archive Date
4/10/2014
 
Point of Contact
Tamara P. Williams
 
Small Business Set-Aside
Total Small Business
 
Description
The Washington, DC Veterans Affairs' Medical Center is seeking the services of a qualified licensed Architectural Engineering (A/E) firm under NAICS code 541310 with a size standard of $7 Million to design a Linear Accelerator Site Prep for the Radiation Oncology Department within the VA Medical Center located at 50 Irving Street, NW, Washington, DC 20422. The Government intends to award a firm fixed price contract for A&E services. This procurement is 100% Small Business Set-Aside and is restricted to firms located within 100 mile driving distance of 50 Irving Street, NW, Washington, DC 20422 according to www.randmcnally.com. The procurement will be evaluated using the Brooks Act (PL-92-582). The estimated construction range is between 1,000,000 and $5,000,000. The Contract will encompass the removal of the existing linear accelerator and the installation of a new Linear Accelerator which will impact adjacent areas and/or circulation because of the size of the vault for the new VARIAN, TrueBeam Edition, Linear Accelerator (Manufacturer's Documents are attached). The space will be designed for one (1) vault that will require concrete walls around Linear Accelerator equipment and significant shielding quantities with proportional structural elements to meet shielding requirements prescribed by the Radiological Physicist. Concrete partitions may be constructed of high density concrete (or other material) and finished with furred gypsum wallboard. Deliverables include but are not limited to: 1.Design Documents: Design documents to include Drawings, Specifications, Calculations and Estimate at 35%, 65% 95% and 100%. 2.Construction Phase: Provide Construction Period Services to include interpretation of construction documents, reviewing contractor documents: shop drawings, submittals, and RFI's; and conduct site visits and inspection. 3.Post Construction: Provide prints showing all changes made during the construction period. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. The offeror shall submit proof that they are registered in SAM System as a Small business a prior to submitting SF330's for consideration. AE Firm Selection: In accordance with FAR Subpart 36.602-1 and VA Acquisition regulation 836.602-1 the following evaluation criterions are listed in descending order of importance. 1.Professional qualifications: The contractor shall demonstrate Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). The contractor shall demonstrate reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Submission requirements: Provide brief resumes of proposed team members who will specifically serve as the Project Managers, Designers of Record (Mechanical, Electrical, Fire Protection Engineer). In addition provide resumes of other relevant team members, such as: Architect, Civil, Structural Engineers, & Cost Estimator. In addition, provide brief resumes of team members who will perform technical tasks under this contract. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team member's experience relevant to this contract scope. 2.Previous Experience: The contractor shall demonstrate previous experience in the design of renovation within Medical Facilities. The A/E shall provide documentation of at least two designs of renovations within Medical Facilities with references, names, and phone numbers with their SF330. Contractors that can demonstrate experience with Linear Accelerator design will be rated the highest. Submission requirements: Discussion of the firm's organization and management process: Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firm's approach to design and project management. Document the firm's ability to handle projects with multiple end-users and complex requirements. Describe the team's organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. 3.Specialized Experience and Technical Competence: The contractor shall demonstrate specialized experience and technical competence in the type of work required, particularly of medical planning/equipment including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Submission requirements: Provide a detailed narrative of up to 10 (maximum) relevant projects (not 10 for each firm or consultant), completed within the last 5 years, that best illustrate overall team experience relevant to this contract scope, Include Government and private Experience. Provide a list of projects that demonstrate the teams' experience with projects of similar size and scope to those to be performed under this contract. 4.Capacity: The contractor shall demonstrate the Capacity to accomplish work in the required time and provide record of significant claims against the firm because of improper or incomplete architectural and engineering services. Submission Requirements: For the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $150,000 being designed in the firm's office. Indicate the firm's present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. 5. Past performance: On contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Submission Requirements: Provide points of contact provided in other criteria may be contracted. Discuss firm's ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firm's performance issued on that contract. If no documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number; and provide copies of awards and letters of appreciation/commendation as desired. 6.Location: The contractor shall demonstrate they are located within a 100 mile radius of the VA Medical Center in Washington DC. Submission Requirements: Provide information demonstrates 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: Due to the need for multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 100 mile radius of the VA Medical Center in Washington DC. 7. Design Schedule. Submission Requirements: Contractor shall provide a design Schedule indicating the starting, intermediate and final submission dates for the Project. To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. Firms that meet the requirements listed in this announcement are invited to submit 1 electronic pdf copy of SF330 Part I and 1 electronic pdf of SF330 Part II as well as supplemental narrative where appropriate. Applications shall be submitted to Tamara P. Williams via e-mail tamara.williams3@va.gov prior to January 10th, 2014, 2:00 PM Eastern time. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24514R0034/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-14-R-0034 VA245-14-R-0034MOD1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1122160&FileName=VA245-14-R-0034-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1122160&FileName=VA245-14-R-0034-004.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: VAMC, 50 Irving Street, NW, Washington, DC
Zip Code: 20422
 
Record
SN03250039-W 20131213/131212000053-90884eea670224b0d5273b3e5e8447da (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.