Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2014 FBO #4698
DOCUMENT

C -- Architect/Engineering Design Services "Expand 10A CLC" (Community Living Center) Carl Vinson VA Medical Center Accepting submission of SF330s - Attachment

Notice Date
10/3/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin, GA 31021
 
ZIP Code
31021
 
Solicitation Number
VA24715R0001
 
Response Due
11/12/2014
 
Archive Date
1/11/2015
 
Point of Contact
Yvonne Demorest
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Architect-Engineer (A/E) Design Services DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 557-381. THIS ACQUISITION IS 100% SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) CONCERNS. 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 award of a firm fixed-price contract is anticipated. The NAICS Code for this acquisition is 541310. The applicable Small Business Size Standard is $7.5M. Interested parties shall ensure current State Licensing and current registration in the System for Award Management (SAM) database - the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site. https://www.sam.gov/portal/public/SAM/ ALL APPLICABLE CODES AND REGULATIONS APPLY. THE SF-330 CAN BE DOWNLOADED THROUGH THE GSA FORMS LIBRARY AT: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the "Find a Form" block and click on search. INTERESTED FIRMS SHOULD SUBMIT THEIR CURRENT SF-330 TO: Hand Delivered or Mail/Ship Delivery Carl Vinson VAMC Attention: Yvonne Demorest, Contracting Officer 1826 Veterans Blvd. Bldg. 29 Dublin, GA 31021 OR Electronic Submission to: yvonne.demorest@va.gov. The SF-330s are due no later than November 12, 2014 at 3:00 PM Eastern Standard Time. It is anticipated evaluations will be conducted the week of November 16, 2014. It is anticipated interviews will be scheduled the week of November 23, 2014 and conducted the week of November 30, 2014. Dates and requirements will be adhered to - the award of this Construction IDIQ contract will be no later than December 31, 2014. ? The Carl Vinson VAMC, Dublin, Georgia, is seeking a qualified A/E firm to provide all Architectural and Engineering services necessary to provide site investigation, schematic design, design development, construction documents, preparation of bid documents, and construction period services for Project # 557-381 "Expand 10A CLC". (CLC/Community Living Center). The design must, at a minimum, be in accordance with all applicable codes (NFPA, JCAHO, UBC, and EPA) and Department of Veterans Affairs (VA) publications (Master Construction Specifications, Construction Standards, etc.). The project shall be designed to attempt to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004 ( if life-cycle cost effective) using Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings achieved by the design. Should a 30% reduction in energy consumption savings prove to be unattainable per life-cycle cost analysis, A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective. All drawings and specifications shall be submitted by A/E to VA on computer disc at the completion of the project. Drawings shall be in AUTOCAD 2010 format, with an accompanying MS Word (ver. 2007) document that lists the drawing number and a description of the drawing's content in sufficient detail to identify it. Each individual Specification shall be submitted as a single MS Word version 2007 formatted document. In addition to the individual Specification submittals, an overall document that compiles all Specifications into one, single-spaced document is also required. One additional disk containing electronic copies of all drawings in portable document format (.pdf) shall be submitted for the Contracting Officer's use. The A/E will be responsible for phasing recommendations, planning, consultation and visits, design work, preparation of contract drawings and specifications for construction bidding, perform constructability reviews at each design review, accessibility for maintenance and operation of all systems, complete or update the statement of conditions compliance document, preparation of cost estimates, participate in the reconciliation of VA and A/E cost estimates, perform energy review and analysis and other requirements as specified in the Performance Work Statement (PWS). The awarded A/E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three (3) most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Those firms that do not rank in the short list will be notified of their exclusion from further competition. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR). The submitted SF-330s will be evaluated on the following criteria: Evaluation Factors: a.The team proposed for this project, including the background of the Project Manager, consultants, and other key personnel. b.The proposed management plan, including the team organization during the design phase and construction phase. c.Previous experience of the proposed team. d.The proposed design approach for this project, including the proposed design philosophy, anticipated problems, and potential solutions. e.Techniques planned to control the schedule and costs, including the personnel responsible for schedule and cost control. f.Ten most recently bid project estimates to demonstrate estimating effectiveness. g.The team design philosophy and method of implementing sustainable design. h.Miscellaneous experience and capabilities in the realm of interior design,, value engineering and life cycle cost, energy conservation and new energy resources, to name a few. i.Awards received for design excellence. j.The type and amount of liability insurance carried in addition to any involvement in litigation during the past five years. All questions regarding this announcement must be emailed to the contracting office at yvonne.demorest@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24715R0001/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-R-0001 VA247-15-R-0001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1665338&FileName=VA247-15-R-0001-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1665338&FileName=VA247-15-R-0001-000.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: Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin, GA
Zip Code: 31021
 
Record
SN03542516-W 20141005/141003235406-b9371f7e15aa4d1749d0bee5be5159bd (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.