Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
DOCUMENT

C -- 632-15-3-2354-0009 - PROJECT NO. 632-15-116 - Renovate Roads Project 4 - Attachment

Notice Date
7/15/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
U.S. Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);79 Middleville Rd., Bldg. 10,Section 138;Northport NY 11768
 
ZIP Code
11768
 
Solicitation Number
VA24315N1224
 
Response Due
8/13/2015
 
Archive Date
10/12/2015
 
Point of Contact
Joseph Ercole
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS ANNOUNCEMENT. THIS ANNOUNCEMENT IS FOR RESPONSE BY SMALL BUSINESS FOR ARCHITECT AND ENGINEERING SERVICES TO SUBMIT RESPONSE (SF330, ETC.). THIS IS NOT A REQUEST FOR PRICING PROPOSAL. DEADLINE RESPONSE DATE AND TIME IS AUGUST 13, 2015 11:59 PM ET. SF330 is required and must be sent by August 13, 2015 11:59PM ET with five (5) paper copies AND one (1) electronic form (email or on disk) to Joseph Ercole, Contracting Officer, at the address below. The U.S. Department of Veterans Affairs is seeking a qualified Small Business Architect-Engineering ('A/E') firm to provide design, site development, architectural, construction documents, technical specifications, construction period services, critical path method, site visits, and cost estimates, and all other related information for Project 632-15-116, Renovate Roads at Northport VA Medical Center, 79 Middleville Rd., Northport, NY 11768. This procurement is 100% set aside to Small Business, therefore responses will be accepted from Small Business. Geographic location of the AE firm to the facility is factored as part of the evaluation criteria; the selection criteria list follows and firm must be within one hundred (100) miles of VAMC Northport NY 11768. 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 $7.5 Million. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. The anticipated award date of the proposed A/E Contract is about September 15, 2015. 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. Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business. LOCATION This Project will rehabilitate building entrances, roadways, parking lots, walkways, curbs, and gutters, and other paved areas at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. SCOPE OF SERVICE REQUIRED PROJECT NO. 632-15-116, RENOVATE ROADS. This Project will rehabilitate building entrances, roadways, parking lots, walkways, curbs and gutters, and other paved areas at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. The Project will comply with VA-adopted codes and standards including Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). Technical disciplines include but are not limited to site development, architectural, structural, sanitary, electrical, critical path method, and estimating. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). I. SCHEMATICS. General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as defined in Supplement B. II. DESIGN DEVELOPMENT DOCUMENTS. General Scope. The A/E shall review the program materials furnished by VA and all prior submissions to ascertain the requirements of this phase of the work and shall prepare Design Development Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B. Services under this phase shall include, but not be limited to the following: (1) Site Design; (2) Architectural Design including facility floor and roof plans, sections, elevations, preliminary selection of building systems and materials, development of dimensions, net program areas, gross areas and facility volumes; (3) Structural Design including materials and structural systems; (4) Electrical Design with economic and energy analyses and all critical systems; (5) Cost Estimate(s); (6) Energy Impact Studies; (7) Phasing Plans for Construction including making recommendations concerning construction contract arrangements and scheduling that will be advantageous to VA in terms of cost and timing; and (8) Presentations and Review Submissions. III. CONSTRUCTION DOCUMENTS. (a) General Scope. Based upon the approved Schematics and Design Development Documents, other program materials furnished by VA, and any further adjustments in the design scope or quality of the Project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the construction of the Project and as further described in Supplement B. Services under this phase shall include: (1) Site Design Documents setting forth in detail the site construction requirements; (2) Architectural Design Documents setting forth in detail the architectural construction requirements including complete floor and roof plans, elevations, sections, details, schedules, material and color selection, discipline coordination and fire safety systems and controls; (3) Structural Design Documents setting forth in detail the structural construction requirements including all structural plans, elevations, sections, details, schedules, and calculations sizing all columns, beams, slabs and coordinating the work with all other design disciplines; (4) Electrical Design Documents setting forth in detail the electrical construction requirements including all electrical plans, elevations, sections, details, diagrams and schedules showing transformers, vaults, electrical and telephone closets, power distribution systems, auxiliary power systems, switchgear, generator, lighting fixtures, switching power outlets, and signal system; (5) Cost Estimate(s) setting forth in detail quantities of materials, labor, profit, overhead, insurance, taxes, etc.; (6) Specifications for all sections of the work utilizing the VA Master Specification system setting forth in detail all requirements for the construction fully coordinated with the drawings and other Construction Documents; and (7) Presentations and Review Submissions. (b) Project Phasing (CPM). The A/E shall assist the Contracting Officer in coordinating the development of a CPM (Critical Path Method) network for the construction of the Project. The CPM network shall provide a phasing schedule which will promote a proper and efficient organization and sequence of construction. The A/E shall, when directed by the Contracting Officer, serve as an advisor to the Contracting Officer on all phasing matters. Construction Documents shall be packaged for bidding and construction in accordance with the CPM network. IV. SITE SURVEYS, SUBSURFACE AND OTHER INVESTIGATIONS. The A/E shall arrange for and oversee the performance of topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he determines are required for the proper design of the Project. V. BID ALTERNATES. Throughout the design phases, the A/E shall identify alternatives for a minimum of 20 percent of construction costs that can be taken as potential bid deducts in the event construction bids received are higher than anticipated. The alternates shall be designed so that, if required to award the bid within the approved total project cost, the Project remains a stand-alone project and can be activated according to its intended function upon completion. VI. SERVICES DURING BIDDING PERIOD. The A/E shall provide all services required for advertising for and securing construction bids. The A/E shall attend authorized conferences, including Pre-Bid Conference and Pre-Construction Conference, as directed by the Contracting Officer. The A/E shall provide representatives of the following professional registered disciplines for each conference: Architectural Design, Structural Design, Mechanical Design, and Electrical Design. VII. SERVICES DURING THE CONSTRUCTION PERIOD. The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer and his Resident Engineer to interpret the construction documents and shall: (1) recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his review of cost proposals and his recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project. VIII. POST-CONSTRUCTION SERVICES. For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor will furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. IX. CONTRACT SECURITY. This contract does not involve VA sensitive information and contractor personnel do not require access to VA systems. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of VA. There are no special security classifications other than VA Identification Badges must be issued to the awarded A/E employees as per VA policy. The awarded A/E shall make a request for all personnel and obtain VA Identification Badges. The VA Resident Engineer/COR is the Point of Contact for VA Identification Badges. COST RANGE Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. 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: The A/E shall perform the work required by this contract within the limits of the following schedule. He/she shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews on the following dates: Submit authorization request for site survey and/or subsurface exploration not later than 10-06-2015 Deliver First Schematic Review material to Contracting Officer not later than [65% complete] 10-27-2015 Review First Schematic Review material with Contracting Officer on [65% complete] 11-18-2015 Deliver Second Schematic Review material to Contracting Officer not later than [100% complete] ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦12-04-2015 Review Second Schematic Review material with Contracting Officer on [100% complete] 12-22-2015 Deliver First Review (DD) material to Contracting Officer not later than [20% complete] 01-18-2016 Review First Review (DD) material with Contracting Officer on [20% complete] ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦02-10-2016 Deliver Second Review (DD) material to Contracting Officer not later than [35% complete] 02-24-2016 Review Second Review (DD) material with Contracting Officer on [35% complete]03-15-2016 Deliver Third Review (CD) material to Contracting Officer not later than [75% complete] 05-09-2016 Review Third Review (CD) material with Contracting Officer on [75% complete] ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦06-01-2016 Deliver Fourth Review (CD) material to Contracting Officer not later than [100% complete] 06-15-2016 Review Fourth Review (CD) material with Contracting Officer on [100% complete] 07-05-2016 Deliver Documents to Contracting Officer not later than 07-19-2016 Planned Construction Contract Award (Estimated) 09-16-2016 Construction Completion (Estimated) 11-15-2018 The Contracting Officer may schedule an additional Design Review(s) should he/she determine that such review(s) is required for satisfactory completion of the Contract Drawings and Specifications. The A/E will be reimbursed for the additional trip(s) in accordance with Clause SP-9 unless the additional Design review(s) was requested by him or caused by actions for which he/she is responsible. EVALUATION SELECTION CRITERIA Offerors responding to the solicitation will be evaluated by the following criteria and selection criteria will be based on, the following, and the Department of Veterans Affairs shall evaluate each potential contractor in terms of the following evaluation factors: (1) Professional qualifications and disciplines of staff proposed for the 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. Examples of specialized experience and technical competence in various disciplines required for specific project; (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. Past experience and performance on government contracts; and (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. Proximity of firm or working office providing professional services to the facility. (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 for assignment to the project and their record of working together as a team. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions (1 through 8) 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. 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 iii.of the project team (including sub-consultants) for the specified contract performance period; iv.describe experience in successfully delivering projects per v.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). vi.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. vii.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. If the Contracting Officer determines, Past Performance Questionnaire could be issued in the future to firms holding discussions, at time of discussions with selected firms. No Past Performance Questionnaires are required now. No Past Performance Questionnaires are required in this announcement. (5)LOCATION viii.The A/E Firm proximity to the Northport VA Medical Center, 79 Middleville Rd., Northport, NY 11768 is an evaluation criteria. ix.This distance is determined according to http://maps.google.com/ x.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 below. xi.There geographic preference location of firms responding is within one hundred (100) miles of Northport VA Medical Center, 79 Middleville Rd., Northport, NY 11768. (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 for assignment to the project and their record of working together as a team. A/E SELECTION CRITERIA LIST Project Name: Renovate Roads Project No. 632-15-116 RequiredCriteriaWeighting XProfessional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 15% XSpecialized 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 materials15% XCapacity to Accomplish the work in the required time10 % XPast performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules15% XLocation 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 project10% XReputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness10% XRecord of significant claims against the firm because of improper or incomplete architectural and engineering services10% XSpecific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team15% `Total100.0% Further Information: Architect-Engineering Services: The VA seeks to find qualified responsible capable competent Small Business for Architect and Engineering service to provide site survey, drawings, specifications, construction documents, cost estimates, and other items necessary suitable to deliver construction and bid documents for Renovate Roads at VA Medical Center Northport, 79 Middleville Road, Northport NY 11768. The following engineering and architectural services will be required and expected will include site investigations, analysis, design, calculations, cost estimates, preparation of working drawings and specifications, and construction period services. Final drawings and site visits during construction are part of the scope. The company must have the capability to design complete documents for Renovate Roads project; as described herein this project posting. This would include the services of certified and registered professionals. The U.S. Department of Veterans Affairs, VA Medical Center, Northport, NY is seeking Small Business Architect-Engineer firm, NAICS 541310, located within the geographic location of VA Medical Center Northport, NY 11768, and within a one hundred (100) mile radius of Northport, NY 11768 with the radius determined using Google Maps and in compliance with government mapping, to provide professional design services for Renovate Roads at the VAMC Northport NY. This announcement is in accordance with the Brooks Act as implemented in FAR 36.6 and relevant regulations. For this announcement only Small Business Architect-Engineer firms shall respond to this announcement with required information as stated herein this announcement and as outlined below. Past Performance Information Retrieval System (PPIRS) will be utilized. THIS IS NOT A REQUEST FOR PRICING. This action is as per Public Law No. 92-582, Section 902, the Brooks Act, Federal Acquisition Regulation, and Veteran Affairs Acquisition Regulation. The three (3) or more most highly qualified firms (determined by VA through Contracting Officer) meeting the criteria as stated herein this announcement will be selected for discussions based on demonstrated competence, capability, qualifications and responsibility for the required work. Qualification Statements (SF-330) submitted in response to this announcement will be used to determine the firms the VA will hold discussions with for this project, leading to eventual negotiation to award; please see General Information toward the end of this posting for further informational procedure. Design and renovation work at the facilities is done in accordance with the guidelines of the most current VA Design Requirements and Criteria and VA Federal Specifications Standards Specifications available online at http://www.cfm.va.gov/TIL/. Firms with MEP services in-house and capability to provide full-service mechanical, architectural, civil, structural, electrical, fire protection, and cost estimating capability are encouraged to submit their SF 330 for consideration. VAMC Northport seeks qualified A/E firms with substantial past experience in roads, utility/infrastructure design at healthcare facilities. Firms may be asked to propose innovative and creative approaches to designing in keeping with current scientific technology and trends as may be applicable to the mission of the VA. PROJECT NO. 632-15-116 Renovate Roads and Parking Lots at VAMC Northport, 79 Middleville Rd., Northport, New York 11768. This Combined Synopsis/Pre-Solicitation/Solicitation is for Architect and Engineer ("A/E") services project to renovate roads and parking at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. A/E shall supply all labor, supervision, and A/E related materials (drawings, specifications, etc.) to design and provide drawings for Renovate Roads at VAMC Northport. Work will include but not be limited to site, architectural, engineering, civil engineering, electrical, plumbing, water, and all utilities and equipment. The A/E shall comply with VA codes and standards including VA Directives and Policies, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the VA Technical Information Library (http://www.cfm.va.gov/til/), along with U.S. Executive Orders and other applicable regulations. GENERAL: The Contractor will provide personnel, facilities, equipment, transportation, and supplies necessary to provide architect and engineer and technical services to the U.S. Department of Veterans Affairs, Northport NY for project titled Renovate Roads at VAMC Northport NY. (a) Place of Performance: Work may be performed at the Contractor's facilities, other Contractors' facilities, off-site testing facilities, or when approved in Government facilities (VA MC Northport NY), in space provided under the terms and conditions as set forth in this contract. (b) Mobilization: The Contractor shall have sufficient personnel, office space, equipment and supplies available to perform the services as described herein and for contract. The Contractor will be afforded a maximum of twelve (12) calendar days to respond to VA request for discussion via VA Contracting Officer and upon notice of award shall complete and submit the required documents to the VA Contracting Officer within twelve (12) calendar days and fifteen (15) working days to mobilize personnel after award under the contract unless otherwise specified by the VA Contracting Officer. (c) Limitation of Services: Services are to be provided as set forth in the contract documents (SF-252, Supplement B to 252, Statement of Work, etc.) and for the period of the project commencing on the date of contract award. In addition, required ability of A/E to produce all plan documents on a AUTOCAD/CADD system fully compatible with most current AUTOCAD/CADD and the ability to provide specifications in CD/DVD formats, with specifications in Microsoft Word, and drawings in DWG formats and PDF formats; in addition during the period of this project, including construction, Dr. Checks may be a tool utilized. Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836.602. Potential vendors are bound by the clauses contained in FAR part 4.11 and 4.12 (SAMS, ORCA, etc.). Specialized design and construction administration experience in Healthcare facilities. Required services will include preparation of schematics and design development plans, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. The contract will include construction document preparation; construction period services, and site visits. Offerors are encouraged to include in their submission evidence of past performance for relevant projects of similar size and magnitude within the past five (5) years and up to ten (10) years. Professional qualifications and technical competence identifying the available detailed staffing capable of performing the level of work required. Prospective firms must demonstrate the ability to provide all engineering and architectural services necessary to successfully undertake a full spectrum of healthcare facility projects. These disciplines include, but are but not necessarily limited, to: Roadways, Mechanical, Electrical, Plumbing, Structural, Civil, Environmental, Industrial Hygiene, Energy, Program Management, Building Condition Assessment, Construction Administration, Project Scheduling, and Cost Estimation. Services may be in-house or subcontracted provided that there is evidence of a consistent working relationship on similar projects where subcontracted services are offered and within the allowable percentages of sub-contracting as per regulations (VAAR, FAR, etc.). Prospective firms must present evidence of individuals who possess the appropriate professional credentials including Professional Engineer(s) and Registered Architect(s). Prospective firms must indicate their organizational structure, the lead person responsible for delivery of services, and the proposed management plan for delivery of services in a responsive and efficient manner. The lead person may be a principal of the firm or consortium, but consideration will also be given to firms who demonstrate a greater depth of organization with Program Managers to serve as lead for the VA projects. A certified Industrial Hygienist (CIH) is not required, however the firm shall have available the ability to retain the services of a certified Industrial Hygienist (CIH), and are encouraged to have an established working relationship with a sub-contracted Environmental Engineering firm for CIH services. Other Professional Engineers in other disciplines should be identified, but can be in-house or by subcontract or other such arrangement. Level and breadth of experience and employment turnover rate of staff are considered key factors. A/E firm in-house Certified Industrial Hygienist (CIH) is not required. It is useful for the A/E firm to have access to a certified Industrial Hygienist (CIH) or have a consistent working relationship with a sub-contracted Environmental Engineering firm for CIH services. In the event a Certified Industrial Hygienist (CIH) is sought, the VA shall inform the awarded A/E during the course of work and at that time it is the responsibility of the A/E to utilize a Certified Industrial Hygienist (CIH) or subcontract to an Environmental Engineering firm and/or other Professional Engineers in other disciplines, in-house or by subcontract or other such arrangement. Firm demonstrated ability to effectively respond to requests for information and service in a timely manner; for teaming arrangements, there must be a clearly defined management plan outlining the approach and responsibilities for assuring quality and timeliness of the contract deliverables; Offerors must identify the office location which will be responsible for the provision of services in a prompt and complete manner. An implemented Quality Plan indicating a management commitment to ensure the highest possible product quality and customer satisfaction. Resources to complete multiple concurrent tasks. The type of design project and services expected to be performed under this potential project includes: (a) Architect and engineering technical support and feasibility studies and analysis in architectural, civil, structural, and electrical disciplines; and (b) guidance and direction in implementation of new and revised codes, regulations and statutes as may be applicable to the mission of the VA; (c) other required services may be needed to address (1) Sustainable design services encouraged to include LEEDTM or Green GlobesTM certification; (2) preparation of storm water management plans and permit applications in accordance with New York Department of Environment regulations; (3) addressing protection, life safety, air quality, energy conservation, water conservation and/or hazardous material abatement; (d) provide construction period service such as submittal reviews and answering RFI and conducting site visits and final inspections. Small Business A/E firm office location and address must be in the general geographical area of the project, being Northport, NY 11768, as per FAR 36.602-1, FAR 36.603, VAAR 805.207, and SF 330 shall classify each firm with respect to location, specialized experience, professional capabilities, and capacity with respect to project information that can be undertaken, and computer assisted design ability and experience. A/E firm must be within a one hundred (100) mile radius of Northport, NY 11768 with the radius determined using Google Maps and government mapping. Firms must include required items and are encouraged to include the following items in Section H, Block 30 of the SF 330: (1) a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria, (2) an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C, (3) your DUNS, CAGE, and TIN numbers, and (4) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Project deliverable text packages shall be prepared in VA federal spec format, in Microsoft Word compatible software. Drawings shall be prepared as per VA Design CAD Standards and are to be delivered in AutoCAD 2007 or later. A/E must be able to meet all requirements as stated in the Project Supplement B to SF 252. NOTE: Please see attachments. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described. Work will include but not be limited to all A/E work associated with site, architectural, fire protection, structural, plumbing, HVAC, electrical, utilities, and equipment. The Project will comply with VA adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library; http://www.cfm.va.gov/til/). On June 1, 2007, the U.S. Department of Veterans Affairs adopted a "Sustainable Design and Energy Reduction" policy (see http://www.cfm.va.gov/til/sustain.asp) requiring all new stand alone construction and major renovation projects to be designed and constructed to achieve LEED Silver Certification and encouraging, but not requiring, these projects to pursue formal LEED Certification. For this project it is not expected to be a major renovation project. The A/E firm is encouraged to provide the VA with valid proof of minimum LEED Silver Certification and encourages services of a commissioning agent in compliance with the VA Whole Building Commissioning Manual, the requirements of LEED New Construction Energy and Atmosphere Prerequisite 1: Fundamental Commissioning of Building Energy Systems, and the requirements of LEED New Construction Energy and Atmosphere Credit 3: Enhanced Commissioning, etc. A/Es responding to or requesting to be added to or being an interested party to a prospective bidders list here is not a request to be added to the future solicitation(s). There is no project site visit. ARCHITECT-ENGINEERING FIRM THAT IS SMALL BUSINESS, WHICH MEETS THE REQUIREMENTS DESCRIBED IN THIS ANNOUNCEMENT, IS INVITED TO RESPOND TO THIS ANNOUNCEMENT AND SUBMIT BY EMAIL AND PAPER SUBMISSION, THE FOLLOWING TO JOSEPH ERCOLE, VA CONTRACTING OFFICER: REQUIREMENTS TO BE CONSIDERED THE FOLLOWING MUST BE SUBMITTED BY DEADLINE RESPONSE DATE AND TIME OF AUGUST 13, 2015 11:59 PM ET: 1. SF-330 (6/2004 VERSION): Must submit Standard Form (SF) 330, five (5) signed paper copies (can be signed copies) AND one (1) disk CD electronic copy or instead of disk CD email electronically to joseph.ercole@va.gov; electronic disk CD acceptable in PDF format OR MS Word. SF330 must be the form version dated June 2004 ("6/2004") at bottom of form. FIVE (5) COMPLETE SF-330 (form date 6/2004). BLANK FORM SF-330 IS ATTACHED OR AVAILABLE ELSEWHERE OR CAN BE FOUND AT WEBSITE: http://www.gsa.gov/portal/search;jsessionid=5FFC78D947B1D47642720006A84482C5.thirteen?q=sf330&btnG=Google+Search&access=p&client=ASTO_PROD_FRONT_END&output=xml_no_dtd&proxystylesheet=ASTO_PROD_FRONT_END&entqr=3&oe=UTF-8&ud=1&site=ASTO_PROD_COLLECTION&getfields=description&filter=0&num=30&x=26&y=11 Five (5) paper SF330 must be sent no later than August 13, 2015 11:59 PM ET to: Joseph Ercole, Contracting Officer VA Medical Center Northport 79 Middleville Rd, Bldg. 10, Rm. 138 Northport, NY 11768 Also include CD in mailing or if not sending CD then email an electronic submission via email to: joseph.ercole@va.gov. The five (5) paper submission of SF-330 and CD (if not delivering 1 CD then email SF330, but Five (5) paper copies are required) must be submitted by August 13, 2015 11:59 PM ET by delivery service (U.S. Mail, FedEx, UPS, etc.) or Hand Deliver, only envelope/box delivery will be accepted. 2. All Small Business responders to this Combined Synopsis/Pre-solicitation/Solicitation, must ensure existence of or update their System for Award Management (SAMS) at: https://www.sam.gov/portal/SAM/#1 and Via SAMS, Online Representations and Certifications Application and shall be registered in VetBiz at http://www.vip.vetbiz.gov/ 3. Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. SUBMISSION REQUIREMENTS: All submissions must in English. The printed format for all submissions shall be in an 8-1/2" x 11" paper format, typed with a minimum 10-point font size, and one-sided or two-side. Volume I shall be limited to three hundred fifty (350) pages including photographs and/or drawings. All pages exceeding the 350-page limitation for Volume I will not be considered. Double-sided pages will be counted as two pages. Any other information submitted such as company brochures, leaflets, etc., are not required. Page numbers must be shown on each page in Volume I with the exception of Title Sheets, Table of Contents, Organization Chart, and Tabs. Any information/pictures contained on the tabbed sheets will not be considered for evaluation. Volume II is not subject to a page limitation and does not need to be numbered. Except for the Organization Chart, sheets larger than 8-1/2" X 11" including fold-out sheets will not be accepted. All submission responses must be on paper or cardstock or cardboard, etc., no greater than 8 ½ inches by 11 inches. The Contracting Officer's address is for all deliveries, including US Mail, courier service and/or personal delivery services. Late responses will be handled in accordance with FAR 52.215-1. The delivery address is to a government facility, therefore, strict security measures are in force. Electronic (e-mail, facsimile, etc.) submissions are authorized and will be accepted up to the deadline. Notifications from the VA to offerors will be sent via email; therefore, please include an email address in Block 8 of the SF 330. Following this announcement eventual contractor award is subject to the availability of funds and it is anticipated that A/E interviews and discussions will take place after August 17, 2015. The A/E will need to be/become familiar with VA Northport facility design and AUTOCAD/CADD Standards, VA Specifications (see VA Technical Library referenced herein), as well as other government codes that may be required. The North American Industry Classification System (NAICS) code for this acquisition is 541310. All contractors are advised that registration in the System for Award Management (SAMS) Database is required prior to award of a contract; see above. Failure to register in the SAMS Database shall render your firm ineligible for award. For more information, check the SAMS Website at: https://www.sam.gov/portal/SAM/#1 The size standard for North American Industry Classification System (NAICS) code for this acquisition is 541310 and the size standard for a firm to be considered a small business is $7.5 Million Dollars average annual receipts (in sales) for preceding three (3) years. IF QUESTIONS CONCERNING THIS PROJECT AND/OR THIS COMBINED SYNOPSIS/SOLICITATION, MUST E-MAIL NO LATER THAN JULY 31, 2015 TO THE ATTENTION OF JOSEPH ERCOLE AT: joseph.ercole@va.gov Questions after July 31, 2015 will not be responded to nor accepted. No response will be provided to telephone inquiries. THIS COMBINED SYNOPSIS/PRE-SOLICITATION/SOLICITATION IS POSTED WITH A DEADLINE DUE DATE FOR RESPONSES BEING AUGUST 13, 2015 11:59 PM ET. A/E firms, which are Small Business, that meet the requirements listed in this announcement, are invited to respond to this announcement and please submit above requirements to Joseph Ercole, Contracting Officer, VA Medical Center Northport, 79 Middleville Rd, Bldg. 10, Rm. 138, Northport, NY 11768, by delivery service (U.S. Mail, FedEx, UPS, etc.) or Hand Deliver, only envelope delivery will be accepted. DISCLAIMER: This Combined Synopsis/Pre-solicitation/Solicitation is issued solely for receipt of A/E submission (SF-330, etc.) and does not constitute a request for proposal nor pricing. All information received in response to this announcement that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In addition, all aspects of this potential project are in accordance with FAR 36. All responsible sources that are Small Business may submit the required SF-330, that shall be considered by the agency, and response to this announcement is due on August 13, 2015 11:59 PM, and no other notification of identical nature nor of this Combined Synopsis/Pre-solicitation/Solicitation notice will be made elsewhere under consideration for this potential project. Thank you! NOTE: Companies/organizations responding to or requesting to be added to or being an interested party to a prospective bidders list here is not a request to be added to the future announcements. Responses to this announcement will be evaluated. After this announcement deadline date, a short list of three (3) or more of the most highly qualified firms may be chosen for interviews to present their approach to the project, design, and work, in order to arrive at selection of the firm in which to enter into negotiations. It is the Contracting Officer discretion to hold or not hold in person interview(s) and the project evaluation board shall evaluate the firms in accordance with terms mentioned herein and in FAR 36.602-1 and VAAR 836 and may hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services. All potential offerors are advised to check Federal Business Opportunities website, https://www.fbo.gov/, for this project information and future announcements. 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. See attached document: Supplement B to SF 252 7 Attachments total: Attachments 1, 2, 3, 4, 5, 6, and 7. ---------------------- END ----------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N1224/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-1224 VA243-15-N-1224_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2170291&FileName=VA243-15-N-1224-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2170291&FileName=VA243-15-N-1224-000.docx

 
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: VAMC Northport NY;79 Middleville Rd.;Northport NY
Zip Code: 11768
 
Record
SN03797777-W 20150717/150715235523-899a0f9b1c9e49521df8311af88bfe2e (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.