DOCUMENT
C -- Gait and Prosthetics Lab Addition AE Services - Attachment
- Notice Date
- 3/18/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;2360 E. Pershing Blvd, Stop 90;Cheyenne Wyoming 82001
- ZIP Code
- 82001
- Solicitation Number
- VA25914Q0336
- Response Due
- 4/21/2014
- Archive Date
- 6/20/2014
- Point of Contact
- Robert B. Moreno
- E-Mail Address
-
k
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 660-337- Gait and Prosthetics Lab Addition projected at the George E. Whalen Veterans Affairs Medical Center (VAMC) 500 Foothill Blvd., Salt lake City, Utah 84148. This will be a Service Disabled Veteran Owned Business Set-aside. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. The George E. Whalen Veterans Affair Medical Center (VAMC) is seeking architect/engineering firms to provide all A/E services for the investigation, preparation of working drawings, construction documents, construction period services, and cost estimates for the Gait and Prosthetics Lab Addition project at the George E. Whalen Veterans Affairs Medical Center (VAMC) 500 Foothill Blvd., Salt lake City, Utah 84148. This project will include both new construction and renovation. The new construction of approximately 2,600 sq. ft. will be located adjacent to an existing building structure to support the identified "Polytrauma Amputation Network Site" and associated Prosthetics Lab administrative support. Interior renovation of vacated rehabilitation space (approx. 3,700 sq. ft.) will support the needed Prosthetics Lab due to its adjacency to established Prosthetic Storage and Rehabilitation Clinical space. Between the new and renovation space the total square footage in project is 6,300 sq. ft. These new functions will permit interlacing with existing rehab and clinic programs. The project is in an area of the campus surrounded by all of the support utilities necessary for the structure's operation. The construction will be designed in accordance with the sustainability, energy, security and seismic requirements applied to the VA Medical Center construction. Design must incorporate emergency power to support ongoing utility operation due to function of this space. A/E is responsible for investigating all existing conditions including performing geotechnical surveys and locating and analyzing utilities including determining adequacy of utility capacity. This includes identifying options for new utility (required by the design) pathway routing on site and within the building. If utility capacity is determined insufficient for new construction, A/E is responsible for incorporating all utility upgrades in design The design must, as a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Space Criteria, Space Equipment Planning System (SEPS), Design Manuals and VA PUBLICATIONS (Master Construction Specifications, Construction Standards, etc.). This project design is to adhere to all building codes and standards including Joint Commission Accreditation Standards, National Fire Protection Association (NFPA) Codes, VA Specifications and Standards, and American Institute of Architects (AIA) Standards unless otherwise approved in writing by VA. Design is to follow all information outlined in VA Technical Information Library located at http://www.cfm.va.gov/til/dGuide.asp unless otherwise approved in writing by VA. Please note: The VA is its own Authority Having Jurisdiction (AHJ) and is, therefore, not necessarily required to comply with the requirements of other AHJs with which the A/E firm may have worked. Work includes, but is not limited to, Architectural, Mechanical and Electrical design services for the Gait and Prosthetics Lab Addition including but not limited to: (1) field investigation of existing site and building conditions and utility (including capacities) needs of existing building systems; (2) field verification of available record information (as-built drawings, etc.) for accuracy and omissions; (3) interview and work with VAMC staff to determine the best arrangement of the Gait and Prosthetics Lab addition and associated systems to improve functionality, accommodate modern equipment and improve overall workflow. The A-E shall incorporate green building and sustainable design practices and elements into project design to the greatest extent practicable and as per VA Sustainable Design & Energy Reduction Manual. The project design shall meet the Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings (Guiding Principles) and all energy/water/environmental requirements established by Environmental Protection Act (EPACT) 2005, Energy Independence and Security Act (EISA) 2007, Executive Orders (Eos) 13514 and 13423, and VA Directive 0055. This design (including major mechanical equipment) will require energy modeling (annual building or zone simulation based on local weather data), and analysis during planning and all phases of design to achieve the energy budgets required in the above laws. The typical design analysis will include a Life Cycle Cost Analysis (LCCA) on three different alternatives. A/E is to apply for Storm Water Permit through Utah Department of Environmental Quality (UDEQ) and maintain all Storm Water paperwork as required by permit as well as perform checks of construction for compliance with permit through duration of construction as part of construction period services. Commissioning of at least HVAC Air Handling Systems, Heating Hot Water Systems, Chiller Systems, Exhaust Systems, Steam System, Direct Digital Control System (BACnet or similar Local Area Network (LAN), Room Pressurization Systems, Commercial Kitchen Hoods & Associated Fire Suppression Systems, Fuel Delivery and Storage Systems, Electrical system include Standby Generator Systems, Generator Paralleling Switchboards, Automatic Transfer Switches etc. Design will comply with Veteran's Affairs (VA), Americans with Disabilities Act (ADA), and Joint Commission on Accreditation of Healthcare Organizations (JCAHO) requirements. The new building shall meet the latest federal requirements for energy efficiency. VA-owned facilities are required to meet, at a minimum, the energy standard prescribed in American Society of Heating, Refrigeration and Air-Conditioning Engineers (ASHRAE) Standard 90.1-2010. Further, these facilities are required to achieve an energy consumption level of at least 30 percent below ASHRAE Standard, if that level is attainable without a resulting increase in life-cycle cost; or, if 30 percent below the ASHRAE Standard is unattainable, the maximum level that can be attained without a resulting increase in life-cycle cost. The buildings shall be designed so that the fossil fuel-generated energy consumption of the buildings is reduced. A/E firm is to produce documents including construction drawings and specifications, construction schedules, and cost estimates for construction. All work must be designed within a construction cost range of $5,000,000 to $10,000,000. A/E is required to submit four submissions of material for preliminary review at the 30%, 50%, 95%, 100% development stage for review. The four submissions will each consisting of reports, drawings, specifications, phasing plans, and cost estimates. The proposed physical security of the expansion will need to be evaluated and designed to the medium level of protection of the Interagency Security Committee (ISC) Security Design Criteria (September 29, 2004) for all new mission critical facilities. The physical security standards also apply to the space being renovated in an existing building. When establishing a design and associated cost estimation budget for this mission critical project, the key point is that physical security is fully integrated into the program, rather than an added requirement. All other life safety measures (i.e., sprinklers, smoke detectors, visual and audible alarms, delineation of fire/smoke zoning, etc.), Fire protection for both the expansion and remodel shall be evaluated and/or designed. It shall meet all NFPA, VA Fire Protection Manual and local codes. A third party review of the plans shall take place. A/E firm to provide As-Built Record drawings of As-Constructed conditions in the AutoCAD format currently used by the George E. Whalen VA Engineering Department. Autodesk Revit © drawings will not be accepted. A/E Firm to submit finalized Contract Document Development to include but not limited to, full set of VA specifications, on CD-disc (MS Word ©) and hard copy. Provide the Contracting Officer a full set of electronic bid documents that can be advertised on Fed Biz Ops. The NAICS code for this project is 541330 Engineering Services. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, type in 330 in the "Find A Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. Interested firms should submit one (1) copy of their current SF 330 no later than 12:00 PM Mountain Standard Time (MST) April 21, 2014 to Robert.Moreno3@va.gov. The emailed file shall not exceed 5MB in total. Offerors will be evaluated on the following criteria: (1) Professional qualifications (education, professional licenses, accreditations) necessary for satisfactory performance of required services; (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; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Record of significant claims against the firm 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. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914Q0336/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-Q-0336 VA259-14-Q-0336.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1259371&FileName=VA259-14-Q-0336-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1259371&FileName=VA259-14-Q-0336-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-Q-0336 VA259-14-Q-0336.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1259371&FileName=VA259-14-Q-0336-000.docx)
- Place of Performance
- Address: George E. Whalen;Veterans Affairs Medical Center;500 Foothill Blvd.;Salt Lake City,;Utah
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN03313652-W 20140320/140318235036-836134c1f3997e83c89b38d4ac7ac3df (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 |