DOCUMENT
C -- RFP CONTRACT #: VA243-15-C- PROJECT # 630A4-13-401 PO # 630C5 REPLACE DOCK BUMPERS AND LEVELERS DESIGN - Attachment
- Notice Date
- 11/18/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24315R0155
- Response Due
- 11/25/2014
- Archive Date
- 2/23/2015
- Point of Contact
- Vladimir.Stoyanov@va.gov
- E-Mail Address
-
Contract Specialist
(Vladimir.Stoyanov@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project No. 630A4-13-401, Replace Dock Bumpers and Levelers located in Brooklyn NY VAMC of the Main Hospital, Brooklyn Campus. This procurement is restricted to Total Small Business firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $7 Million. Magnitude of Construction is between $25,000.00 and $100,000.00. The anticipated award date of the proposed A-E Contract is on or before December 25, 2014. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications in order to be considered for an award. In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). SCOPE OF SERVICE REQUIRED: I. Scope of Work: Provide all necessary Architect/Engineer services for the design of the Replace Dock Levelers Project at the New York Harbor Healthcare System - Brooklyn Campus. Develop construction documents, construction period services and site trips. II. Specific Requirements: 1)Remove existing and provide new dock levelers at Main and Dietetics Loading Docks. 2)Replace and install new dock doors at Main and Dietetics Loading Docks. 3)The A/E shall conduct a survey of all related existing site conditions in Building 1. 4)Install new security lockset on each new dock door. 5)Replace and install new morgue door and frame at Morgue Ramp. 6)Remove existing and install new laminated dock bumpers at Main and Dietetic Loading Docks. 7)Install new dock door safety system on all doors at Main Loading Dock. 8)The A/E shall prepare preliminary design. The A/E shall provide all architectural, electrical, mechanical as required. 9)Replace existing Main and Dietetics Loading Docks motorized roll down shutter gates with new. 10)The A/E will be responsible to review and field-verify existing conditions in all affected areas and verify existing as-built drawings. 11) Repair any damaged or missing concrete at Main and Dietetics Loading Docks. 12) Install new security lockset including security swipe card access system on new morgue door. Tie-in swipe card reader to Police Operation system. 13)Provide a detailed cost estimate at 60%, 80%, and 100%. 14)Design must confirm to the VA Design Guides Criteria, NFPA 101 Life Safety Code, NFPA 99 Health Care Facilities Code, National Electrical Code and Infection Control Guidelines. 15)The A/E shall have access to all available as-built drawings. 16)The A/E shall furnish three (3) copies of review documents for the 30% review, 60% review and 90% review. 17)The A/E shall furnish six (6) sets of contract drawings for bidding purposes. A licensed professional engineer or architect shall stamp the contract drawings. 18)Contract originals shall be prepared on standard VA drawing sheets of Mylar using AutoCAD 14. The AutoCAD database shall be turned over to the VA on a compact disc. 19)"As-Built" drawings shall be turned over to the VA upon completion of construction. "As-Built" drawings shall be based on marked up prints from the contractor. 20)A/E shall provide construction period services and site visits to include reviewing of submittals, respond to RFI's, prepare As-Built drawings from Contractor's mark ups and prepare a final "Punch List". 21)AE shall incorporate the service of Multivista Photograph or equivalent to take construction documentation photos - for photographic documentation of the project at 8 Interior Progressions, a Detailed MEP Exact Build, and Finished Exact Build. 22)All contractor employees and subcontractors under this contract or order are required to complete the VA's online security awareness training course and the privacy awareness training course annually. The privacy awareness training requirement may be fulfilled under additional privacy awareness training options. Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the Contractor and subcontractor(s). The C&A requirements do not apply, and a Security Accreditation Package is not required. 23)All work shall conform to VA criteria and regulation. Design shall comply with NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities Code, VA Fire Protection Design Manual, and current Infection Control standards. III. Industrial Hygienist: The following tasks shall be performed in accordance with VA Design Requirements: 1. Schematic Design a. Task 1 - Inspect project area. b. Task 2 - Sample suspect materials. c. Task 3 - Review sample analysis. d. Task 4 - Submit laboratory analysis. e. Task 5 - Design and specify appropriate technique and approaches to asbestos abatement. f. Task 6 - Review asbestos submittals and provide construction period services during construction. g. Task 7 - Provide air monitoring service during asbestos abatement removal process. IV. All designs shall conform to most recent editions of NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities Code, National Electric Code (NEC), and VA Fire Protection Design Manual. V. The following must be incorporated into the A/E design: 1. Meeting with VA Engineering Staff to determine the exact functional requirements to be used for the design. 2. Recommendation of various options (minimum of 3) for the hospital engineers to evaluate. Options should include: completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives. 3. Providing all necessary site survey work to verify As-Built drawings and field conditions. VI. The A/E shall have all available As-Built drawings (it is the A/E's responsibility to verify the accuracy of said drawing): 1. Mechanical 2. Electrical 3. Architectural 4. Fire Suppression VII. Document reviews - The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of 30%, 60% and 100%. Provide six (6) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate. 1. Mylars and As-Built drawings: Contract originals shall be prepared on standard VA drawing sheets of mylars using AutoCAD (most recent edition). The A/E shall provide one (1) set of mylars drawings to the VA for record plans at the completion of design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of the construction and the A/E shall turn over the changes in the As-Built drawings to the VA. COST RANGE Estimated Construction Cost Range: $25,000.00 to $100,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: Design: Start preliminary study upon award Start preliminary schematics 10 calendar days Deliver 1st review material (30% complete) 24 calendar days Review 1st review material (30% complete) 4 calendar days Deliver 2nd review material (60% complete) 14 calendar days Review 2nd review material (60% complete) 4 calendar days Deliver 3rd review material (100% complete) 30 calendar days Review 3rd review material (100% complete) 4 calendar days Deliver final 100% design documents 90 calendar days for bidding purposes Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its: (1) Professional qualifications necessary for satisfactory performance of required services; (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; (3) Capacity to accomplish the 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 the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. LIMITATIONS SUBMISSION REQUIREMENTS Qualified Total Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 4:00 PM, EST on January 5, 2015. All submittals must be sent to the attention of Vladimir Stoyanov (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-62, Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Vladimir.Stoyanov@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315R0155/listing.html)
- Document(s)
- Attachment
- File Name: VA243-15-R-0155 VA243-15-R-0155.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1733353&FileName=VA243-15-R-0155-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1733353&FileName=VA243-15-R-0155-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-15-R-0155 VA243-15-R-0155.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1733353&FileName=VA243-15-R-0155-000.docx)
- Place of Performance
- Address: UNITED STATES DEPARTMENT OF VETERANS AFFAIRS;NEW YORK HARBOR HEALTHCARE SYSTEM BROOKLYN CAMPUS;800 POLY PLACE;ENGINEERING SERVICE (138);BROOKLYN, NY
- Zip Code: 11209
- Zip Code: 11209
- Record
- SN03575618-W 20141120/141118234418-6352cf2a2252be2724dfdab3169b60c5 (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 |