DOCUMENT
C -- BUF - RENOVATE CORE LAB DESIGN - Attachment
- Notice Date
- 10/7/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Kathleen Ellis, Contracting Officer;Department of Veterans Affairs - NCO 2;Western New York Healthcare System;222 Richmond Ave, Bldg 3 Rm 103;Batavia, NY 14020
- ZIP Code
- 14020
- Solicitation Number
- VA52815R0005
- Response Due
- 11/12/2014
- Archive Date
- 2/19/2015
- Point of Contact
- Kathleen Ellis, Contracting Officer
- E-Mail Address
-
n
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- VA intends to award an Architect/Engineer contract for 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 the Renovation of Pathology and Laboratory Medicine Services, Project# 528-14-102, at the VAWNYHCS Buffalo VAMC. This is a 100% total service disabled veteran owned small business set aside. This project proposes to redesign and renovate approximately 12,000 square feet of antiquated space on the 8th Floor of the VAWNYHCS Buffalo VAMC into a properly designed and equipped space for a modern Pathology and Laboratory Service. The project specific scope of work shall include, but is not limited to, the following overview of requirements: a.Consultation and discussion with VA staff to establish Design Basis b.Design of demolition and construction in project area associated with facility, aesthetic and system enhancements c.Patient environment enhancements shall include the installation of new walls, new ceiling, electrical/communication outlets, and modification of the sprinkler system d.HVAC enhancements will include the review of existing and installation of a new heating, cooling and ventilation systems to serve the renovated areas e.In addition to the improvements defined above the project shall address the following: i.Update the project area to comply with all current Code Requirements ii.Updated Electrical distribution and Critical Power iii.Updated Fire Alarm/Protection iv.Updated mechanical and plumbing v.Updated data/phone system, nurse call/code blue vi.Hazardous material/ asbestos assessment/removal, etc. Services shall include, multi-disciplinary investigative services, initial conceptual drawings, attending required design/review meetings, preparation of contract drawings and specifications, cost estimating services, and construction period services which shall include final punch list compilation and as-built drawings. 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. The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAWNYHCS Buffalo VAMC 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 the team proposed as specifically related to the requirements of this particular project: Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. You should discuss the background of personnel such as the project manager, key personnel, and consultants. You should also discuss project-related professional qualifications and specialized project-related experience of team members. You must include resumes of the following individuals: SDVOSB Owner, Project Manager, Lead Architect, Lead Mechanical Engineer Designer, Lead Electrical Engineer Designer, Lead Plumbing Designer, Lead Fire Protection Engineer Designer, Lab Casework Designer, and provide current professional registrations/certifications of person/people who will be signing and stamping the drawings if not listed above. 2. Specialized experience of the team proposed for this project: Technical competence in laboratory 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 will be performing field investigation on this project and their past experience and knowledge working in/with VA medical centers. 3. Past Experience/Past Performance: Provide a list of up to five (5) prior projects awarded within the last three (3) years in which the prime contractor (SDVOSB) has experience in hospital laboratory work similar in size, scope and complexity to this project. No more than the five (5) most recent projects will be considered. Do not include designed, but not yet to be constructed, projects. Include the following information for each project listed: - 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. - 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. Provide a narrative indicating lessons learned from these projects that will be helpful or applicable to this Renovate Pathology and Laboratory Medicine Services design. Indicate how these projects are similar in scope, design and complexity to this Renovate Pathology and Laboratory Medicine Services design. 4. Proposed Management Plan and Approach: Provide 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. Other Experience and Capabilities: Discuss additional relevant experience and capabilities in items such as Interior Design, CADD & Other Computer Applications, BIM, Value Engineering and Life Cycle Cost Analyses, Operations and Maintenance, Environmental and Historic Preservation Considerations, Energy Conservation and New Energy Resources, As-Builts, CPM, and Fast Track Construction. 6. Estimating Effectiveness and Project Control: Provide documentation of your history of construction estimates versus construction award amounts. For this item, provide data/information on your firm's ten (10) most recently completed projects. Include only hospital projects in New York State. VA work and hospital work within Upstate New York will be graded higher. Additionally, discuss Project Control by describing techniques used by the AE to control the schedule and costs as well as to identify personnel responsible for these functions. Include who is responsible for quality control/quality assurance of drawings and how that process works with subcontractors. 7. Location: Discuss proximity of facilities and personnel to the geographical area of the work and corporate knowledge of local conditions related to the locality of the project. 8. Capacity: Discuss your team's ability to accomplish the work in the required time. Assume a design start date in January 2015. 9. Awards and Recommendations: Identify any awards received for design excellence. 10. Insurance and Litigation: Identify the type and amounts of liability insurance carried as well as the insurance provider's name and address. Identify litigation involvement over the last five (5) years with resulting outcome. Include a list of any design projects with any government agency that were terminated for convenience or terminated for default. Include project identifying information, the primary point of contract from the agency, and the reason for the termination (in known). The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 350 mile radius of the VAWNYHCS Buffalo VA Medical Center as indicated by a mapquest.com driving directions search from the prime designer to the VAWNYHCS Buffalo VAMC, 3495 Bailey Avenue, Buffalo New York 14215. The address of the prime designer will be the main office of the prime designer, not a satellite office or an office of another company. 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 with margins of no less than one (1) inch on all sides. 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 (1) page for this section Section E - Resumes of Key Personnel Proposed for this Contract 1.Limit of one (1) page per resume 2.Limit of twelve (12) resumes total Section F - Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract 1.Limit of one (1) page per project 2.Limit of five (5) projects total Section H - Additional Information 1.Include Proposed Management Plan and Approach 2.Include discussion of the following evaluation factors: a.Other Experience and Capabilities b.Estimating Effectiveness and Project Control c.Location d.Capacity 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 ELECTRONICALLY AND IN HARD COPY FORM to the Contracting Officer no later than 12 November 2014 by 1:00 PM EST. Four (4) hardcopies of the Standard Form 330s along with a CD containing an electronic copy of the Standard Form 330 in *.pdf form must be submitted to the Contracting Officer and received by no later than 12 November 2014 by 1:00 PM EST. PLEASE NOTE: Hard copies and the electronic CD copy of SF330s must be sent to the following address: Kathleen Ellis, Contracting Officer Department of Veterans Affairs Western New York Healthcare System - NCO2 222 Richmond Ave, Bldg 3 Rm 103 Batavia, NY 14020 Both electronic and hard copies must be received together by the due date/time listed above. ALSO NOTE: This project will be completed for the VAWNYHCS Buffalo VAMC, 3495 Bailey Avenue, Buffalo New York 14215. It is anticipated the discussions with the highest rated firms will occur during November/December 2014. This is not a request for proposal. NAICS 541310 applies. Service Disabled Veteran Owned Small Business size for this NAICS is $7.0 million. Construction cost estimate is between $2,000,000.00 and $5,000,000.00. THIS SOURCES SOUGHT NOTICE AND THE RESULTING SOLICITATION ARE/WILL BE ISSUED CONTINGENT UPON THE AVAILABILITY OF FUNDS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52815R0005/listing.html)
- Document(s)
- Attachment
- File Name: VA528-15-R-0005 VA528-15-R-0005.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1670813&FileName=VA528-15-R-0005-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1670813&FileName=VA528-15-R-0005-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-15-R-0005 VA528-15-R-0005.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1670813&FileName=VA528-15-R-0005-000.docx)
- Place of Performance
- Address: VAWNYHCS Buffalo VAMC;3495 Bailey Avenue;Buffalo, New York 14215
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN03544375-W 20141009/141007234326-912644fa0517f0dbd5ae9fbd05be89bb (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 |