Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2014 FBO #4677
DOCUMENT

C -- Single Award Architectural and Engineering IDIQ-Miami VA - Attachment

Notice Date
9/12/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);FOR: Miami VA Medical Center, Miami, FL;8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24814R2058
 
Response Due
10/9/2014
 
Archive Date
1/7/2015
 
Point of Contact
Melissa Keene, Contract Specialist
 
E-Mail Address
a.keene2@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contracting Office: Department of Veterans Affairs, Bruce W. Carter VA Medical Center, Miami, Florida THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Project is Subject to Availability of Funds. Point of contact: Melissa Keene, Contracting Officer PH: 813-631-2811 Email:Melissa.keene2@va.gov. The Department of Veterans Affairs, Bruce W. Carter VA Medical Center, Miami, Florida is soliciting and intends to award a Firm Fixed-Price, Single Source, Indefinite Delivery Indefinite Quantity contract for Architect/Engineering services to an Certified Service Disabled Veteran Owned A/E firm for the development of complete construction documents for projects at the Miami VA Medical Center. No individual task order issued under this requirement will be less than $2,500.00 or will exceed $100,000.00. The maximum value for the life of the contract will not exceed $975,000.00. The minimum amount per individual task order shall be $2,500.00. This IDIQ contracting mechanism shall be available for a period of five (5) years or $975,000.00, whichever cap is reached first. The A&E will be given written information; participate in project planning meetings, pre-bid meetings, and pre-construction meetings as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. The Miami VA Medical Center is a working facility and phasing plans, minimizing downtime, and provisions for continuation of service during outages is critical to this project. Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. The NAICS Code for this procurement is 541330 and the annual small business size standard is $14M. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. SCOPE OF SERVICES-General Outline: A. The Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) shall consist of any combination of, but is not limited to the following services: "Design Programming and Development - All disciplines "Develop Request for Proposals (RFP's) for Design-Build Projects "Master Planning "Interior Design "Cost Estimating "Life / Fire Safety "Special Studies / Consulting Services / Assessments / Audits / Inspections / Testing / Consultations and Compliance Reviews "Commissioning or Retro-Commissioning of building systems "As-Built Drawing development "Construction Period Services B. The A/E shall provide the following disciplines, but are not limited to Architectural, Mechanical, Electrical, Structural, Civil, Landscape, Geotechnical, Surveying/Mapping, Interior Design, Hazardous Material and Environmental Services, National Environmental Policy Act (NEPA), Historic Preservation, Energy, Commissioning, Life/Fire Safety, and Cost Estimation. C. The A/E shall provide professional Architect-Engineering Services for the design of various projects that are multi-discipline engineering in nature, and shall be in accordance with the latest National Electric Code (NEC), Environmental Protection Agency (EPA), National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), American National Standards Institute (ANSI), Joint Commission on Accreditation of Healthcare Organizations (JCAHO), VA Standards, VA Medical Center regulations, and other applicable Federal, State, and Local code requirements. The designs may also include the construction planning and designing for Department of Veterans Affairs (VA) facilities by applying knowledge of design and construction procedures, LEED Certification, zoning regulations, building codes and building materials. SCOPE OF SERVICES - Specific Work Elements: A. A list of work elements proposed to be accomplished in this contract is provided below. Work elements shall include, but are not limited to, the following: 1. Design Programming and Development - All disciplines "Schematic Design "Pre-Construction Technical Studies "Design and Construction Document development and review 2. Develop Request for Proposals (RFP's) for Design-Build Projects to 35% design development. 3. Master Planning for one or multiple facilities "Strategic Planning Document Development "Capital Asset Inventorying "Space Planning 4.Interior Design 5.Cost Estimating 6.Life/Fire Safety 7.Special Studies / Assessments / Audits / Inspections / Testing / Compliance Reviews / Document Development / Consultations and Compliance Reviews: "Building or Building Systems Condition (i.e., structural, electrical, mechanical, plumbing, architectural) "Value Engineering "Constructability Reviews "Feasibility Studies "Safety and Security "Water Safety and/or Water Management "Energy Audits "Fire Protection Engineering / Life Safety Code "Environment of Care Joint Commission Standards and Statement of Conditions "National Environmental Protection Agency (NEPA) Analysis, which may include but is not necessarily limited to: (i)Environmental Impact Studies and Categorical Exclusions (ii)Assessments for Asbestos and Lead "Compliance with VISN 8's Programmatic Agreement with the Florida State Historic Preservation Office (FSHPO); compliance with the Historic Preservation Office of Puerto Rico 8. Commissioning or Retro-Commissioning of building systems 9. As-Built Drawing development 10. Construction Period Services that may include but may not be limited to: "Construction Quality Assurance (QA) and Quality Control (QC) site inspections "Construction Submittal Review "Review of construction change order cost proposals SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1) Professional Qualifications necessary for the satisfactory performance of required services (in-house and/or consultants(s)) 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. (Include Government and private Experience) 3) Capacity to accomplish work in the required time. This requirement could have multiple AE projects beginning and in process at the same time. Please show proof of resources (employees & financial resources) to accomplish the work. Keep in mind that the capacity of this contract is $975,000.00 and the firm must show that they can handle that amount of work. 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 general geographical area of the project and knowledge of the locality of the project. "It is expected that your SF330 submittal will show your knowledge of the locality of the geographical area and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract. "This requirement is mainly for the Miami VA Medical Center; however, it may include work from Malcom Randall VA Medical Center, Lake City VA Medical Center, and the Orlando VA Medical Center as the need arises. 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. 9) The selected A/E should have previous experience in the design of renovation within Medical Facilities. The A/E must provide documentation of at least two designs of renovations within Medical Facilities with references, names, and phone numbers with their SF330. SUBMISSION CRITERIA/REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 is limited to 100 single-sided pages. Minimum font size is 10 point. Additionally, the submission must include an insert detailing the following information: 1. Cage Code 2. Dun & Bradstreet Number 3. Tax ID Number 4. The E-mail address and Phone number of the Primary Point of Contact 5. A copy of the firms VetBiz Registry Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 2:00 PM, EST on October 9, 2014. All SF330 submittals and questions must be sent electronically to the attention of Melissa Keene, Contract Specialist at Melissa.keene2@va.gov. When submitting SF330s, if more than one email is sent, please number emails in Subjects as "1 of n". Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Cover letter and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. Site visits will not be arranged during this period. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. NO DEBRIEF IS REQUIRED OR WILL BE PROVIDED. It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF330s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814R2058/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-R-2058 VA248-14-R-2058.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1629626&FileName=VA248-14-R-2058-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1629626&FileName=VA248-14-R-2058-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03509441-W 20140914/140913000125-a1f027f90c41d7b698e2ade24cb5d7e5 (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.