Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2014 FBO #4772
DOCUMENT

C -- 620-15-1-2317-0006 Project 620A4-17-111 Relocation of SPS (AE services) - Attachment

Notice Date
12/16/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural 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
VA24315N0272
 
Response Due
1/16/2015
 
Archive Date
3/17/2015
 
Point of Contact
Dany Humphreys
 
E-Mail Address
se,
 
Small Business Set-Aside
Veteran-Owned 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 620A4-17-111 Relocation of SPS services to Building 18 at Castle Point, Route 9 D, Castle Point, NY 12511. This procurement is restricted to Veteran Owned Small Business (VOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $1,000,000.00 and $5,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before July 15, 2014. Potential contractors must be registered in SAM (www.sam.gov) and 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 Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74.NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent 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". 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). LOCATION This Project will relocate SPS services to Building 18 at the Castle Point VA Medical Center, Route 9D, Castle Point, NY 12511. SCOPE OF SERVICE REQUIRED The Architectural/ Engineering (A/E) Firm is to provide Schematics, Design Development, Construction Documents, and Construction Period Services for the relocation of SPS services to the ground floor of Building 18 at the Department of Veterans Affairs Medical Center, Castle Point, New York. The approximate square footage of the affected area is 5,200 square feet. The deliverables shall include but not be limited to: oFollow the latest VA design guide(s) for Supply Processing & Distribution. Current editions can be located here http://www.cfm.va.gov/til/dGuide/dgSPD-01.pdf, http://www.cfm.va.gov/til/dGuide/dgSPD-01.pdf, and http://www.cfm.va.gov/til/dGuide/dgSPD-01.pdf oWork will include the specification and design of a new HVAC system to meet both the criteria listed in the SPS design guides and the VA HVAC Design Manuals. The VA HVAC Design Manual can be found here. http://www.cfm.va.gov/til/dManual.asp oWork will include the replacement of the existing building main power distribution center. The existing main distribution panel has no room for more capacity and will need to be replaced in order to feed the new SPS suite. The A/E firm will be responsible for the sizing of the new equipment and verification of sizing of existing utilities feeding the building (i.e. existing transformer, Main circuit breaker, and high voltage feeders) oThe selected A/E will also be required to provide a survey to identify any possible asbestos, lead, and PCB hazards in the area of work. This evaluation will be done by a qualified NYS licensed Certified Industrial Hygienist (CIH). These tasks are outlined in the Supplement B document of this solicitation. oThe A/E firm is to utilize the services of an electronic submittal service comparable to Submittal Exchange for Design in order to streamline the design review and construction period services. oProject Documents shall include, but not be limited to: o All required submissions listed in the VA A/E Design Submission Requirements (PG-18-15), which can be found here: http://www.cfm.va.gov/contract/ae/aesubmin.doc oAll deliverables as outlined in the document labeled "Supplement B" that is included in this solicitation (preliminary and construction documents including drawings and specifications) oAll calculations and reports as outlined in the VA HVAC Design Manual oCost estimates for Construction oListing of all submittals required (to be done in the electronic submittal service) oSite visit reports for design reviews, field investigations, and pre-construction meetings oA/E will also include in bid Construction Period Services including but not limited to: oSubmittal review oReviewing and preparing responses to RFI's oSite visits for the purpose of interim and final inspections oPreparing As-Built drawings Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) The A/E firm will be furnished with paper and/or electronic copies of any available utility drawings for the areas included in the area of work. Security The AE firm shall obtain day passes for any site visits from the police station. If personnel from the AE firm are expected to be on site more than five (5) days (cumulative) during the design, they shall file paperwork to obtain a permanent ID for the station. Necessary paperwork can be obtained from the COTR. The AE personnel who intend to take photos must inform the COTR, at least 48 hours ahead to time, of such intentions. Safety Codes / Certification / Licensing The AE firm shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA, OSHA, VA Design Guides and Manuals, etc. Labs used by the AE firm shall be licensed as required by any applicable governing agencies, and their certifications and licenses shall be included in the engineering reports. Travel No travel for government employees as a result of this project is anticipated. Employees of the A/E firm will be required to travel from their place of business to the place of performance indicated above for the purposes of field investigations, design reviews, pre-construction meetings, interim and final inspections, and closeout documentation preparation. Special Material Requirements No special materials are anticipated for this contract. Any Other Requirements unique to the solicitation. None COST RANGE Estimated Construction Cost Range: Between $1,000,000 and $5,000,000. 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: ITEM DATE Receive Notice to Proceed (NTP) 1 April 2015 Deliver Preliminary Design 31 May 2015 Review Preliminary Design 15 June 2015 Deliver 65% of Working Drawings 14 August 2015 Review 65% Working Drawings 29 August 2015 Deliver 95% Working Drawings 28 October 2015 Review 95% Working Drawings 12 November 2015 Deliver 100% Working Drawings and Bid Documents 12 December 2015 Review 100% Working Drawings and Bid Documents 27 December 2015 Construction Completion TBD (a)The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction Period Services: Number of calendar days to complete construction is to 430. 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)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)Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team; (9)Volume of VA work within the past 12 months based on fees received; (10)Qualifications and performance of sub-consultants proposed for the project; (11)Cost control capabilities and level of estimating effectiveness including specific examples; (12)Current projects being performed for government agencies, health care facilities (including psychiatric) and private industry; (13)Computer capabilities, including drawings on AutoCAD 2011/2012 and specifications on Microsoft Word using the VA Facilities Management Master Specification Format SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions (1 through 5) are provided below. (1)PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; (2)SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials." (3)CAPACITY This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. i.List current projects with a design fee of greater than $20,000 being designed in the firms' office. ii.Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; iii.escribe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (4)PAST PERFORMANCE VISN3 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). iv.Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. v.Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall so state when addressing the selection criteria Documentation supplied should detail firms' ability to work with government entities and design standards or similar relevant experience with other entities. i.Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms' performance issued on that contract. If known documentation exists, so state. ii.Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired. Past Performance Questionnaires (Attachment 1 to this Source Sought): i.Respondents shall complete Section A (General Information) of the Past Performance questionnaire and provide it to VISN3 representative as part of the SF 330 submittal package. ii.Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to each past performance Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) for a minimum of three (3) identified in its SF 330 Section F, "Example Projects Which Best Illustrate Proposed Team's Qualifications For This Contract". Sections B through D of the questionnaire shall be completed ONLY by the contract customer. iii.The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to Dany Humphreys by the SF 330 submittal package due date identified in the Sources Sought iv.Past Performance Questionnaire sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent's contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to Dany Humphreys at the address listed in section E.1 of this Sources Sought, no later than the SF 330 submittal package due date designated in this Sources Sought (Ref. Sources Sought section F.2). E-mailed Past Performance Questionnaire Sections B through D will be accepted from the contract customer. If the contract customer chooses to email the past performance questionnaire sections B through D, they SHOULD NOT send the hardcopy via mail. Respondents are notified that Hudson Valley may use any additional sources of information (such as, but not limited to the Architect-Engineer Contract Administration Support System (ACASS) or the Army Corp of Engineers' central database of past performance) available to it regarding the Respondent's relevant experience and past performance and consider the information thus obtained as part of this evaluation. (5)LOCATIONi. This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address(es) and distance of your closest office to the address listed above. ii.This distance is determined according to http://maps.google.com/ LIMITATIONS VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "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 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 veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (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) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A 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 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 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 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 veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the 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; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any 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. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit three (3) 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 11:00 AM, EST on January 16, 2015 including Past Performance Questionnaires (attachment 1). All submittals must be sent to the attention of Dany Humphreys (10N3NCO), Hudson Valley Healthcare System, 2094 Albany Post Road, Building 29 Room 313, Montrose, NY 10548. 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; 4.A copy of the firms CVE verification as a Veteran Owned Small Business. 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 (dany.humphreys2@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/VA24315N0272/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-0272 VA243-15-N-0272.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1774636&FileName=VA243-15-N-0272-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1774636&FileName=VA243-15-N-0272-000.docx

 
File Name: VA243-15-N-0272 P01 - SOW.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1774637&FileName=VA243-15-N-0272-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1774637&FileName=VA243-15-N-0272-001.pdf

 
File Name: VA243-15-N-0272 AE Performance Questionnaire.dotx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1774638&FileName=VA243-15-N-0272-002.dotx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1774638&FileName=VA243-15-N-0272-002.dotx

 
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: Hudson Valley Healthcare System;Castle Point Campus;Route 9 D;Castle Point, NY 12511
Zip Code: 12511
 
Record
SN03597866-W 20141218/141216235038-905d16ab0bd883f49d1c0cef87361fdc (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.