DOCUMENT
C -- REQUEST FOR SF-330'S ASBESTOS REMEDIATION DESIGN AT UD 646-13-113 - Attachment
- Notice Date
- 2/14/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);1010 Delafield Road;Pittsburgh PA 15215-1802
- ZIP Code
- 15215-1802
- Solicitation Number
- VA24414I0491
- Response Due
- 3/18/2014
- Archive Date
- 3/28/2014
- Point of Contact
- William J Matelan
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The V A Pittsburgh Healthcare System (VAPHS) is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related design information for Project 646-13-113" Asbestos Remediation Design Plan for UD" for our campus located at University Drive C, Pittsburgh, PA 15240. The VA Pittsburgh Healthcare System, University Drive Campus has discovered that the soils located in certain crawl spaces are contaminated with asbestos due to previous activities within the spaces. This purpose of this announcement is to secure A/E services for a design that will: develop alternatives for remediation; select the best course of action with/for the VA; develop contract documents, design plans, and specifications; and provide construction period services in accordance with the Statement of Work. This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The construction cost estimate is between $1,000,000 and $2,000,000; the NAICS code is 541310; and the small business size standard is $7,000,000. This project includes, but is not limited to: 1. Site investigation 2.Contract drawings and specifications for construction 3.3rd Party Cost Estimates 4.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; A/E will respond on site within a two-hour period when requested 5.Provide File Transfer Protocol (FTP) system for use throughout duration of project. Site must be in place within 30 days of contract award. Documents. 6. Comply with VA Green Energy Management System (GEMS) program as per specifications: 017419 and 010110 7.Infection Control Risk Assessment 8.Project scheduling and detailed phasing including phasing impact to operations 9.Identify all utility shutdowns and impact 10.Identify all additional services or third party contracts required to complete the construction scope of work 11.Provide complete testing and commissioning plans. All 3rd party testing and commissioning shall be incorporated in the construction documents and shall be included in the general contractor's scope of work. 12.Develop 3 alternatives and cost estimates to remediate asbestos contaminated material and soils located in the crawl spaces located at the University Drive campus. Each alternative must be developed and presented with budgetary costs, advantages, disadvantages, impact, durability, and schedule. The chosen best alternative for abatement will be developed into the construction documents. The crawl spaces located at University Drive comprise of approximately 46,000 square feet divided among 4 crawl space compartments: 1.32,000 sq. ft. 2.9,200 sq. ft. 3.3,600 sq. ft. 4.1,200 sq. ft. The 1,200 sq. ft. area is prone to flooding and may have up to approximately 10 inches of water covering the surface at the time of the design and/or construction phasing. These spaces contain dirt and rocky soil through which the contractor might need to crawl in order to view all parts of the crawl spaces. The height of certain areas of the crawl space can be as short as 6". The 1,200 square foot area is either concrete or dirt floors and may be flooded during the abatement period. This project must be completed by a State of Pennsylvania licensed Asbestos Project designer. All respondents must include their PA certification number and a copy of their certificate. All offerors must be registered in SAM (www.sam.gov) and certified in Vet Biz (www.vetbiz.gov) at time of submission of qualifications. A copy of the offeror's CVE certification letter must be included in the package. Offerors that do not meet these qualifications will be deemed unresponsive and ineligible for evaluation and/or award. Interested firms must submit three (3) hard copies of current SF 330 (available at http://www.gsa.gov/portal/forms/download/116486) AND ONE COPY ON CD to the attention of: Bill Matelan / VAPHS / 1010 Delafield Road / 90C-A / Pittsburgh, PA 15215. The outer envelope must clearly identify the RFI Number (VA244-14-I-0293) and the project name (ASBESTOS REMEDIATION). Hand -delivered information packages will be accepted in addition to those sent by US Mail or by an independent delivery service. Phone inquiries, faxes, and electronic submissions WILL NOT be accepted. In addition to the SF 330's, offerors must include a cover sheet containing the following information: COMPANY NAME, ADDRESS, AND PHONE NUMBER / NAME AND EMAIL OF PRIMARY POINT OF CONTACT / NUMBER OF COMPLETED VA PROJECTS / SOCIO-ECONOMIC STATUS OF AND DUNS NUMBERS FOR CONTRACTOR AND ALL PROPOSED CONSULTANTS / TAX ID NUMBER. The submission should also include a copy of the firm's CVE Certification Letter. All documents submitted MUST BE PRINTED "DOUBLE-SIDED" as per FAR 52.204-4(b): "In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standards specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government. " The deadline for receipt of SF-330's by the Contracting Officer is Tuesday, March 18, 2014 at 2:00 PM (Eastern). Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836.602
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24414I0491/listing.html)
- Document(s)
- Attachment
- File Name: VA244-14-I-0491 VA244-14-I-0491.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1208133&FileName=VA244-14-I-0491-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1208133&FileName=VA244-14-I-0491-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-14-I-0491 VA244-14-I-0491.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1208133&FileName=VA244-14-I-0491-000.docx)
- Record
- SN03289654-W 20140216/140214234452-f9c7805039c1f4ec91b1d8016accf406 (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 |