DOCUMENT
C -- A/E (Engineering) Services: Design for renovation of B76 South End Electrical Room. Bath VAMC, Bath, NY All information located at www.fbo.gov; solicitation: VA528-14-R-0142 - Attachment
- Notice Date
- 4/29/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 2;Bath VA Medical Center;76 Veterans Avenue;Bath NY 14810
- ZIP Code
- 14810
- Solicitation Number
- VA52814R0142
- Response Due
- 5/29/2014
- Archive Date
- 8/27/2014
- Point of Contact
- Cheryl M Brimmer
- E-Mail Address
-
4-4748<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Sources Sought Notice for the following services related to Bath VA Medical Center project 528A6-14-605, Replace Electrical Service, B 76 (South end). The VA Medical Center, Bath, New York is seeking professional engineering firms, under NAICS code 541330, to provide investigative and schematic design services, construction documents, working drawings, specifications, cost estimate, shop drawing review and construction period services as required to upgrade electrical service in south end of Building 76, Main Hospital. The construction cost is between $1,000,000.00 and $5,000,000.00. This is NOT a request for proposal. Set-Aside: This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The NAICS code for this procurement is 541330; the small business standard is $14.0M. SDVOSBs shall be verified in www.vetbiz.gov at time of offer and award and be registered under the applicable NAICS code. Area of Consideration: The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 300 mile radius of the Bath VA Medical Center as indicated by a maapquest.com driving directions search from the prime designer address to the Bath VAMC, 76 Veterans Avenue, Bath, NY 14810. The address of the prime designer will be a main office of the prime designer, not a satellite office or an office of another company. Scope of Work: The A/E shall provide complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for upgrading electrical service in the south service room of Building 76 (Hospital). The project will include replacing and adding emergency and normal power electrical panels, wiring and breakers. The scope includes main breakers, switches, and transfer switches in the mechanical room. An asbestos survey will also be required. All designs will follow the VA design guidelines, and specifications for VA construction. The design must meet VA Master Specification: (Division #16; Electrical) and follow the National Electric Code. The 100% construction document submission must include phasing drawings for Demolition/Asbestos Abatement/New Construction. All designs must be certified by an engineer licensed in the State of New York. The design will be completed in a manner such that the estimated construction cost is within the VA budget. Existing Conditions: The current building was constructed in 1936. The existing mechanical room is outdated and in need of modifications. Existing transfer switches are in need of replacement. Scope of Services: Services shall include: multi-disciplinary investigative and schematic design services, asbestos survey, initial conceptual/working drawings, attending and documenting required design and design review meetings, preparation of contract drawings and specifications, cost estimating services, construction documents, shop drawing review and construction period services as required to upgrade electrical service in the south service room of B.76 (hospital). Deliverables being provided to the VA will include initial conceptual drawings, 30%, 60%, 90%, and 100% drawings and specifications for review and approval, and 100% construction documents provided in multiple sized copies. Final design submission shall include phased drawings of all abatement, demolition, and construction work as required to allow the continuous use of all of the floors and areas associated around each construction area. The intent is for the design to occur during FY2014 and continue through FY2015 with construction in late FY2015 or early FY2016. SF330 Submission Evaluation Criteria: The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Bath for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330: 1.Professional Qualifications of Team: Professional qualifications of the team proposed as specifically related to the requirements of this particular project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Resumes to include SDVOSB Owner, Project Manager, Lead Architect, Lead Mechanical Engineer Designer, Lead Electrical Engineer Designer, Lead Plumbing/Fire Protection Engineer Designer, and provide current professional registrations/certifications of person/people who will be stamping the drawings if not listed above. 2.Specialized Experience of Proposed Team: Specialized experience of the team proposed for this project (technical competence in the type of work required with specific emphasis on experience related to work at VA Medical Centers). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. List individual(s) that be doing field investigation on this project and their past experience and knowledge of the Bath VA Medical Center. 3.Past Experience/Past Performance: Provide prior prime contractor (SDVOSB) experience on projects (no more than five (5)) awarded within the last three years for hospital and electrical work similar in size, scope and complexity to this project. Do not include designed, but not yet constructed, projects. Include the following information for each project listed: a.Name, Address, Telephone Number, and Fax Number of a customer point of contact (POC) who would have the most detailed information about the AE's performance. b.Project location, award date, original completion date, actual completion date, original contract award amount, final contract amount. Include names, addresses and phone numbers of subcontractors used. c.Provide a narrative indicating lessons learned from these projects that will be helpful or applicable to this design. Indicate how these projects are similar in scope, design and complexity to this design. 4.Proposed Management Plan and Approach: Management plan for the design phase and the construction phase as well as overall design philosophy. Include information on how the prime firm will perform 50% or more of the work. 5.Location: Location (proximity of facilities and personnel to the geographical area of the work; corporate knowledge of local conditions related to the locality of the project) 6.Project Control: Capacity to accomplish the work in the required time: assume an August 2014 start date with a requirement to provide the 100% design not later than February 2015. 7.Estimating Effectiveness and Project Control: Construction estimate versus construction award amount: provide data/information on the ten most recently completed projects) and Project Control (describe techniques used by the AE to control the schedule and costs and identify personnel responsible for these functions). For estimating effectiveness, include only similar/electrical projects in New York State. VA work and hospital work within Upstate New York will be graded higher. Include who is responsible for quality control/ quality assurance of drawings and how that process works with subcontractors. 8.Miscellaneous Experience and Capabilities: Interior Design, CADD & Other Computer Applications, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation Considerations, Energy Conservation and New Energy Resources, CPM and Fast Track Construction. 9.Awards and Recommendations: Identify any awards received for design excellence. 10.Insurance and Litigation: Identify the type and amounts of liability insurance carried and who the provider is. Identify litigation involvement over the last five years with resulting outcome. SF330 Format: All Standard Form 330s must comply with several restrictions. Any Standard Form 330 that does not comply with these requirements will be discarded without review. The restrictions for the Standard Form 330s are as follows: All Standard Form 330s are to be typed in Times New Roman Font no smaller than point 12 font size. In page limits discussion, one (1) page refers to one side of a typed page. Section D - Organizational Chart of Proposed Team 1.Limit of one page for this section Section E - Resumes of Key Personnel Proposed for this Contract 1.Limit of one page per resume 2.Limit of 15 resumes total Section F - Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract 1.Limit of one page per project 2.Limit of 5 projects total Section H - Additional Information 1.Include Proposed Management Plan and Approach 2.Include discussion of the following evaluation factors: a.Location b.Capacity c.Estimating Effectiveness d.Project Control e.Awards and Recommendations f.Insurance and Litigation 3.Overall limit of five (5) pages for this section Standard Form 330s with appropriate data for this project must be submitted in ELECTRONIC FORM ONLY to the Contracting Officer no later than 29 May 2014 by 4:00 A.M. EST. The overall size of the file cannot exceed 8MB; if additional space is required, divide the file into segments with each file size less than 8MB. No more than the first 3 files at 8MB each will be considered. Send information to: Cheryl.brimmer@va.gov. A received notification will be sent. It is anticipated interviews or discussions for selection will be conducted in June 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BaVAMC/VAMCCO80220/VA52814R0142/listing.html)
- Document(s)
- Attachment
- File Name: VA528-14-R-0142 VA528-14-R-0142_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1336711&FileName=VA528-14-R-0142-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1336711&FileName=VA528-14-R-0142-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-14-R-0142 VA528-14-R-0142_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1336711&FileName=VA528-14-R-0142-001.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Bath VA Medical Center;76 Veterans Avenue;Bath, NY
- Zip Code: 14810
- Zip Code: 14810
- Record
- SN03351007-W 20140501/140429234246-427916e14faf3a07831fdf78182d9b66 (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 |