Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2015 FBO #4803
DOCUMENT

C -- A-E Design Services for Abate Asbestos Bldg's 1, 5 & 9 Proj. # 626A4-15-105 @ VA TVHS Murfreesboro, TN - Attachment

Notice Date
1/16/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering 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
VA24915N0239
 
Response Due
2/2/2015
 
Archive Date
5/3/2015
 
Point of Contact
Dean J. Regazzi
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOURCES SOUGHT - REQUEST FOR SF-330'S - Project 626A4-15-105 - "AE Design to Abate Asbestos" at The Tennessee Valley Healthcare System, Alvin C. York Campus, Murfreesboro, TN. The Department of Veterans Affairs is seeking qualified Architectural / Engineering firms that are CVE verified Service Disabled Veteran Owned Small Businesses (SDVOSB's) to provide design services to abate asbestos and provide third party monitoring throughout construction period services. GENERAL SCOPE: The A/E shall provide all necessary professional design services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction for the abatement of asbestos containing material, such as insulation, gaskets, seals, expansion joints, floor tile, mastic and hard pan ceilings at the historic York VAMC of the VA Tennessee Valley Healthcare System, 3400 Lebanon Pike, Murfreesboro TN 37129. Work includes, but is not limited to, environmental, industrial hygiene, architectural, and affected mechanical and electrical systems. See attached SOW (Scope of Work) for additional information. 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 - not part of this request for SF330's). 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 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 construction cost range is between $500,000.00 and $1,000,000.00. The Engineering firm must be located within a 250 mile driving radius of the Tennessee Valley Healthcare System, VA Medical Center, Alvin C. York Campus, 3400 Lebanon Pike, Murfreesboro, TN 37129. Determination of mileage eligibility will be based on Google Maps at: https://maps.google.com/. The firm shall be registered in SAM at https://www.sam.gov/portal/SAM and CVE verified in VET-BIZ at http://www.vetbiz.gov/ as an SDVOSB firm under NAICS code 541330 and be capable of providing design engineering services including, but not limited to the Scope of project as noted above and the attached Scope of Work (SOW). The small business size standard for this NAICS code 541330 is 14.0 Million. A/E Firms responding to this announcement by submitting an SF330 will be considered for initial evaluation. Following initial evaluation of the A/E firm and their SF330s, the A/E short selection process will be utilized and a solicitation for a price proposal will be sent to the highest technically rated 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, environmental assessment, 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 Environmental Assessment & Asbestos Abatement design, Special Studies, 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 (See attached form). 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 the Contracting Officer at dean.regazzi@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 a 250 mile driving radius of the Murfreesboro, Tennessee VA Medical Center. 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. This may include, but is not limited to mention of special awards received for design performance and excellence. 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 shall submit their current SF330's via email to the contracting officer Dean Regazzi at dean.regazzi@va.gov with the subject line "626A4-15-105 A/E Design to Abate Asbestos Bldgs. 1, 5, 9". You may also submit by CD ROM disc. You are required to E-mail your responses or deliver your CD ROM by 4:30 p.m. CST on February 02, 2015. Phone calls will NOT be accepted. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330'S. LOOK FOR ANY FURTHER INFORMATON / AMENDMENTS IN FEDBIZOPPS. 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. 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. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this request for information. END!
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0239/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-N-0239 VA249-15-N-0239.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1819148&FileName=VA249-15-N-0239-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1819148&FileName=VA249-15-N-0239-000.docx

 
File Name: VA249-15-N-0239 P09 SOW Final_626A4-15-105 Abate ACM.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1819149&FileName=VA249-15-N-0239-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1819149&FileName=VA249-15-N-0239-001.pdf

 
File Name: VA249-15-N-0239 P12 PAST PERFORMANCE QUESTIONNAIRE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1819150&FileName=VA249-15-N-0239-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1819150&FileName=VA249-15-N-0239-002.docx

 
File Name: VA249-15-N-0239 P12 TVHS Energy Requirements and Design Guide.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1819151&FileName=VA249-15-N-0239-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1819151&FileName=VA249-15-N-0239-003.pdf

 
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: Tennessee Valley Healthcare System;Alvin C. York Campus;3400 Lebanon Pike;Murfreesboro, TN
Zip Code: 37129
 
Record
SN03618391-W 20150118/150116234129-a16495b27a9f8a96fec76d1c421a5551 (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.