DOCUMENT
C -- PROJ. 603-15-101(ELEVATORS) - Attachment
- Notice Date
- 12/12/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915R0159
- Archive Date
- 3/21/2015
- Point of Contact
- Joseph Cowan
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 603-15-101 - "A/E Design to design an upgrade to the elevator controls and drives for elevators P1-P9 in main hospital, building 1". Systems are located at the Robley Rex VA Medical Center, 800 Zorn Ave Louisville, KY 40206. 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. Interested firms should submit their current SF 330 to joseph.cowan@va.gov. The SF 330s are due on December 26, 2014 at 2:00pm Central Time. Contractor visits and phone calls to the facility to discuss this announcement are not permitted. The Louisville VA Medical Center is seeking professional architect/engineering firms to provide all necessary architectural and engineering services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction for the design to an upgrade to the elevator controls and drives for elevators P1-P9 in main hospital, building 1. Systems are located at the Robley Rex VA Medical Center, 800 Zorn Ave Louisville, KY 40206. 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). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. The NAICS code for this project is 541310. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in 330 in the "Find A Form" block and click on search. THE MAGNITUDE OF THIS DESIGN PROJECT IS BETWEEN $100,000 AND $250,000. 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 area of consideration for this project is a 180 mile driving radius from prime contractor main office or satellite office to the Louisville VAMC in Louisville, Kentucky, 40206. Determination of mileage eligibility will be based on www.mapquest.com. Firms responding to this announcement by submitting an SF330 will be considered for Contracting Officer initial eligibility evaluation. Following the Technical Evaluation Board evaluation of the SF330s, a solicitation for a price proposal will be sent to the highest technically qualified contractor to provide the type of services required. ? EVALUATION FACTORS: Note: Failure to address all evaluation factors in sufficient detail may result in a low a rating. 1.Professional qualifications necessary for satisfactory performance of required service. The education, training, registration, certifications overall, relevant experience, and longevity with the firm of the key management and technical personnel should be provided. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. Provide brief resumes of proposed team members who will specifically serve on this project team. Each resume shall include a minimum of three (3) specific completed projects that best illustrated the team members experience relevant to this projects scope. Also include years of experience in position and roles each member on this project. The lead designer in each discipline must be registered. 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. Contractor should also have experience in HVAC and Plumbing, Architectural, Civil, Structural, Electrical and Mechanical engineering disciplines. Specialized experience in Interim Life Saving Measure (ILSM), and ICRA is beneficial. Specialized experience on similar projects and their technical capabilities (such as design quality management procedures, HVAC design, and hospital project design, energy efficiency design procedures, facility electrical design, structural reinforcement and seismic loading) of the prime firm and any subcontractors is beneficial. Provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years that best illustrate overall team experience relevant to this projects scope. List projects including, where appropriate, experience in energy conservation, HVAC control and design, architectural, plumbing, electrical and civil design, project control, medical facility design work and estimating effectiveness 3.Capacity to accomplish the work in the required time. Projects similar or greater in scope, size and magnitude is beneficial. The full potential value of any current A/E contracts that a firm has been awarded will be evaluated. For the Prime and each proposed consultant to be assigned to the team, list the larger current projects being designed in the firms' office. Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. 4.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information will be obtained through the CPARS Government Past Performance Information System. Contractors are required to provide three past performance questionnaires directly to the Contracting Officer. The contractor must provide the entire past performance questionnaire to each of its assessors. An individual assessor knowledgeable of the contractor's quality of supplies and services rendered is requested to verify, complete the questionnaire, and submit to Joseph Cowan at joseph.cowan@va.gov. If evaluating more than one contract for the same contractor, use a separate questionnaire for each contract being evaluated. 5.Location in general geographical area of the projects 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. Contractor must have an office within 180 miles of Louisville, Kentucky. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. 6.Energy Conservation/Sustainable Design Experience and Credentials. List all design members who have LEED AP credentials. List examples of projects designed with minimum LEED silver certification for projects with similar size and scope. 7.Project Implementation Plan. Provide implementation plan with any anticipated problems and potential solutions. 8.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 9.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The SF 330 shall contain a signed and dated statement by the president of the firm affirming that that there are no records of significant claims because of improper or incomplete architectural and engineering services. 10.Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Include any sub-contractors that are proposed. Interested firms should submit their current SF330 to joseph.cowan@va.gov. The SF330s are due on December 26, 2014 at 2:00 PM Central Time. Use the following instructions for submitting your SF330. Requirement for Electronic Submission Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable and will be returned. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers 1.Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (purpose: contracting can open the PDF version and engineering can open AutoCAD files) 2.Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. 3.Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. 4.Please note that we can no longer accept.zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. a.Subject Line: Include the solicitation number, name of company, and closing date of solicitation. Use only one of the terms Quotation or Offer depending on the solicitation type. b.Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only one email is permitted unless otherwise stated in this paragraph or in writing by a Contracting Officer. The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. Security Issues, Late Bids, Unreadable Offers 1.Late submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3). Particular attention is warranted to the portion of the provision that relates to the timing of submission. 2.Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. 3.To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as "unreadable" pursuant to FAR Parts 14.406 and FAR 15.207(c ). 4.The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915R0159/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-R-0159 VA249-15-R-0159.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1771425&FileName=VA249-15-R-0159-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1771425&FileName=VA249-15-R-0159-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-R-0159 VA249-15-R-0159.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1771425&FileName=VA249-15-R-0159-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Louisville VA Medical Center;800 Zorn Avenue;Louisville, Kentucky
- Zip Code: 40206
- Zip Code: 40206
- Record
- SN03594713-W 20141214/141212234141-339911baa01212fdc7fc0b50652e0e16 (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 |