Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2014 FBO #4701
DOCUMENT

C -- AE - INSTALL PERIMETER FENCE Project 573-15-601 - Attachment

Notice Date
10/6/2014
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24815R0002
 
Response Due
10/30/2014
 
Archive Date
11/9/2014
 
Point of Contact
john.petersen1@va.gov
 
E-Mail Address
john.petersen1@va.gov
(john.petersen1@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
"This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside." 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 Title: Project #573-15-601, Design Services - "Install Perimeter Fence" Work Location: Department of Veterans Affairs, Malcolm Randall VA Medical Center, Gainesville, Florida Estimated Cost of Construction - $2,332,851 Estimated Design Completion Time - 200 calendar days after Notice to Proceed Point of contact: John E. Petersen, Contracting Officer PH: 813-631-2821; Email:john.petersen1@va.gov. The Network Contracting Office (NCO 8), Department of Veterans Affairs, Malcolm Randall VA Medical Center, Gainesville, Florida is soliciting and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services to an A/E for the development of complete construction documents for Project #573-15-601, "Install Perimeter Fence". 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 Gainesville 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 $15M. 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. The firm must be permitted by law to practice the profession of architecture or engineering and meet all required qualifications. STATEMENT OF TASKS: This project will provide complete design documentation for project "Install Perimeter Fence" at the Malcolm Randall VA Medical Center Gainesville, FL. The design of this project will address, but will not be limited to, the following items: 1.Install approximately 7,500 linear feet of security compliance fence across the entire campus and make entrances for pedestrians, and access control for cars, including PIV and cameras at the main entrances. 2.The firm must have previous experience in the design of physical security projects and coordinating complex system installations at VA facilities. 3.Access to the construction area should be included in the plan. As a general rule the VA does not want this traffic through the hospital. 4.Conduct thorough site investigation(s) to support the design/configuration of all existing architectural, plumbing, structural, mechanical, and electrical facilities associated with the design of the area. 5.Make recommendations on construction phasing to minimize the impact on regular facility operations, especially during utility shut downs. The area will be active during renovations. Phasing is critical to insure minimal interruption of operations. 6.Minimize the loss of parking spaces and the relocation or removal of other structures and utilities. 7.Include in the Design documents that construction mostly occurred on normal working hours. 8.Specify extent of demolition work required to renovate areas based on phasing plan. 9.Make recommendations on the implementation of the selected alternative to minimize the impact in the regular operations on and near this area. 10.Formally present to VA staff alternatives evaluated and the most advantageous from an operational point of view. 11.Develop complete construction documentation, i.e., Design Analysis Report, drawings, specifications, cost estimate, etc., for bid purposes. 12.The AE firm is required to coordinate with the VA Staff for site visits as indicate below. The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide for a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the A/E; however, their accuracy shall be field verified by the A/E and all consulting firms as part of investigative services. The A/E will be required to perform all necessary site survey work such as verifying record drawings. The following investigative work shall be included within the scope of this project: A.Provide all Engineer investigative work for application to this project including but not limited to soil studies, vibration studies, electrical load testing, and any other test or study required to complete this project. Verify existing conditions to insure the accuracy of your design, and verify location of underground utilities prior to necessary excavations. Field verify VA furnished drawings to insure A/E design is accurate. It is the A/E's responsibility to determine existing conditions and to base the design on this information. B.Materials to be furnished to the A/E by the VA - The following shall be furnished to the A/E upon request: The VA will provide the A/E with copies of drawings of trades per their request. The accuracy of the drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E and all consulting firms. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the World Wide Web at the following address: http://www.cfm.va.gov/TIL/ II. Submission of Documents SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1)Professional qualifications necessary for satisfactory performance of required service and working together as a team (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. 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; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project oIt is expected that your SF330 submittal will show your knowledge of the locality of the project 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. 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)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 similar work 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.SF 330s, Parts I & II - Submit by email. 2.SF330 INSERT - Include the following: DUN AND BRADSTREET NUMBER For the A-E firm For all subcontractors and consultants, TAX ID Number For the A-E firm For all subcontractors and consultants, BUSINESS STATUS (SIZE/TYPE) Subcontractor and Consultants Whether SDVOSB, VOSB, 8(a), Small or Large VETBIZ REGISTRY Copy of VetBiz "Verified SDOVSB, for the A-E firm Copy of VetBiz "Verified SDOVSB, for all subcontractors and consultants who are claiming "Verified SDVOSB" status. STATE OF FLORIDA REGISTRTION Copy of A-E firm's State of Florida Registration Copy of all subcontractor or Consultant State of Florida registration. PERCENTAGE OF WORK TO BE PERFORMED A-E FIRM SUBCONTRACTORS CONSULTANTS A-E POINT-OF-CONTACT E-mail address Phone number for the Primary Point-of-Contact. SF 330 DUE DATE FOR SUBMISSION: 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 28, 2014. All SF330 submittals and questions must be sent electronically to the attention of John E. Petersen, Contracting Officer at john.petersen1@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: Potential Service-Disabled Veteran Owned Small Business (SDVOSB) 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. 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/VA24815R0002/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-R-0002 VA248-15-R-0002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1668155&FileName=VA248-15-R-0002-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1668155&FileName=VA248-15-R-0002-000.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: Department of Veterans Affairs;Malcom Randall VA;1601 SW Archer Road;Gainesville, FL
Zip Code: 32608
 
Record
SN03543450-W 20141008/141006234249-c3cb8196c5567fe61edd50778590408e (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.