Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2015 FBO #4985
DOCUMENT

C -- A-E Design Replace Roof Bldg. 102 Phase 2 - Attachment

Notice Date
7/16/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 328, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815R1599
 
Response Due
8/27/2015
 
Archive Date
11/25/2015
 
Point of Contact
Chris LaShure
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Project No. 516-14-106 Replace Roof Bldg. 102 A, C, D, and Clerestory This Notice supersedes the Pre-solicitation Notice VA248-15-R-1599 THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Project is Subject to Availability of Funds. Contracting Office: Department of Veterans Affairs, NCO 8, 10,000 BAY PINES BLVD, BAY PINES, FL 33744. Place of Performance: CW Bill Young VAMC, Bay Pines, FL. 33744 THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. NO SITE VISIT IS PLANNED AT THIS TIME. IF YOU REQUIRE A SITE VISIT PRIOR TO RFI's BEING DUE COORDINATE WITH THE COR ROBERT KENNEDY @ 727-398-6661 X10490 ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN OR IN SUBSEQUENT AMENDMENTS. The selected A/E firm shall be responsive to the Department of Veterans Affairs, VA Medical Center and provide design services and basic A/E construction period services. During the construction phase, the A/E shall serve the Government in an advisory and consultant capacity. The A/E firm shall not provide administration of the construction contract. Scope of Work: The CW Bill Young VA Medical Center is seeking professional design services from a highly qualified Architectural/Engineering (A/E) firm to develop and furnish Construction Documents and to perform Construction Period Services for the project entitled A-E Design Replace Roof Bldg. 102 Phase 2 - Bay Pines, Project No. 516-14-106, for the Department of Veterans Affairs, Bay Pines VA Medical Center, 10,000 Bay Pines Blvd, Bay Pines, FL. 33744. The place of performance is the same location. Project Overview: The CW Bill Young VA Medical Center proposes to have an engineering design services to provide a complete design for the removal of the existing four ply (4 ply) coal tar roofing system on Building 102 Sections A, C, D and the clerestory on the Central Support Facility including the replacement of all roof drain bowls, clamping rings, strainers and new drain pipes up to twenty feet (20 feet), AND REPLACE WITH Two ply torched applied Modified over a new Four (4) inch thick insulation with a recover board complying with Florida Energy Code. The replacement of a new lightning protection system IS ALSO INCLUDED. All work will comply with VA Construction Details (HO8-4), VA Construction Standards (HO8-3), and NFPA Standard 90A. SF OF ROOF 再PPROX: 72600 sq ft. The selected firm shall hire a Certified Independent Third-Party Safety Professional (CITP) for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. The CITP review will be documented by stamped/sealed drawings by a registered professional engineer from the state of Florida. Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, renderings, working drawings, site visits, surveying, site utility investigative meetings and meeting minutes, staff interviews, phasing/scheduling, and other related information and services. A/E shall furnish technical services for schematic design, design development and construction documents. The anticipated scope is defined here for reference, and final confirmation needs to be coordinated with the CW Bill Young VAMC. Award of a contract for this requirement is subject to the availability of funds. It is the Offeror's responsibility to check Federal Business Opportunities (www.fbo.gov) for any revisions to this announcement before submission of your firm's SF330s. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. NAICS Code: 541330. NAICS Code for the Construction project: 236220. Magnitude of Construction Project: The magnitude of the construction magnitude is estimated to be between $1,000,000 and $2,000,000. The anticipated award date of the construction phase is unknown, but probable 2017-2018. It is anticipated that the award date of the A-E Contract is on or before February 12, 2016. The period of performance of the A-E contract is 150 Calendar Days (Excluding Federal Holidays). The A/E must meet all Licensing requirements. Examples of informational resources are: Florida Architectural License: http://www.myfloridalicense.com/dbpr/pro/division/Servicesthatrequirealicense_architect.html Florida Professional Engineering Certificate of Authorization (License): http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca Florida Professional Engineering Endorsement Process: http://www.fbpe.org/licensure/application-process/endorsement-comity-reciprocity NCARB rules for all States and PR/VI on Architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Offerors must be registered in Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their firm's SF330 qualifications in order to be considered. As a Service Disabled Veteran Owned Small Business (SDVOSB) Offeror, you are verifying your firm meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Submitting firms themselves and/or any intended subcontract SDVOSB/ VOSB firms must be registered and visible/certified on Vetbiz and CVE Verified prior to award and meet all SDVOSB business certifications/representations. SELECTION OF THE A-E FIRM: Firms responding to this announcement by submitting a SF 330 will be considered for initial evaluation. Following initial evaluation of SF330s, discussions/interviews/negotiations will be held with at least three (3) A/E firms that are determined "MOST HIGHLY QUALIFIED" to provide the type of services required. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection of firms for discussions/interviews/negotiations shall be made by a Pre-selection Board by evaluation of the PRIMARY SELECTION CRITERIA listed below. PRIMARY SELECTION CRITERIA in Order of Preference: Note: Failure to address all selection criteria in sufficient detail will result in a low a rating or exclusion. Selection criteria (See FAR Subpart 36.6 and VA Acquisition regulation 836.6) as follows: 1.Professional qualifications necessary for satisfactory performance of required service. A board will evaluate, as appropriate, the education, training, registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25. 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. A board will evaluate the specialized experience on similar projects and the technical capabilities (such as design quality management procedures, CADD, equipment resources, and laboratory requirements) of the prime firm and any subcontractors. The Board will evaluate, where appropriate, the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. Specialized experience in design/renovation of VA Hospitals/Clinics, specifically roof replacement designs similar in scope and described in this notice, is weighted more favorably. 3.Capacity to accomplish the work in the required time. A board may consider more favorably a firm's experience in projects similar or greater in scope, size and magnitude and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The board will consider the full potential value of any current A/E contracts that a firm has been awarded when evaluating capacity. 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 obtained for Government Past Performance Information Systems may be accessed and utilized in the evaluation process. 5.Location in the 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. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. 6.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. The SF 330 must address these criteria. Include this information in Tab A, Supplemental Information. 7.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The A-E submission package shall contain a signed and dated statement in Tab C, Miscellaneous Information affirming that that there are no records of significant claims 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. 9.The area of consideration for an Offeror is a 175 Mile driving radius between the principal business address listed in VETBIZ and the CW Bill Young VAMC, Bay Pines, FL 33744. Determination of mileage eligibility will be based on www.mapquest.com mileage calculation between the principle business address associated with the SDVOSB vendor's address as listed in VETBIZ and the place of performance. 10.Demonstrated ability to follow Sources Sought instructions to include, clarity, accuracy and the organization and completeness of the Offeror's SF330 and submission package. The SF330 Submission package shall include the following information either on the SF330 or by supplemental information provided as a material element of the SF 330 Submission Package. "Dun & Bradstreet Number "Principle Business Address "Tax ID Number "The e-mail address and phone number of the Primary Point of Contact "A current copy of the firm's Vendor Information Page that reflects current SDVOSB Status in VetBiz. See https://www.vip.vetbiz.gov. "Statement (signed and dated) that there are no claims against the firm because of improper or incomplete architectural and engineering services. INFORMATION USED BY BOARDS: Boards will only consider the following information: SF330 Parts I and II; any required supplemental and miscellaneous information, documented performance evaluations. A board will not assume qualifications which are not clearly stated in a firm's submission. A board will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify information. MATERIAL SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this project must submit SF 330 and the prescribed supporting documentation in the following format. "Three (3) each, hard copies of the SF 330 submission package specified in the "Three Ring Binder Format" described below. All SF330 Parts I and II, signed and dated by the authorized representative shall be included "One (1) CD -digital version of the hard copy SF 330 submission package. THREE RING BIDER FORMAT (REQUIRED) "Cover Page "Table of Contents "Tab A: Supplemental Information "Tab B: SF 330 "Tab C: Miscellaneous Information SF 330 Parts I and II and all supporting documents must be received no later than 2:00 PM EDT, Thursday, August 27, 2015. EMAIL SUBMISSIONS WILL NOT BE ACCEPTED. Hard copy SF 330 and supporting information shall be submitted/received in 3-ring binders. SEND SF330 SUBMISSIONS TO: Department of Veterans Affairs ATTN: Chris LaShure, Contracting Officer Bldg. 2, Room 328 Bay Pines, FL 33744 Point of contact is: Chris LaShure, Contracting Officer, Phone (727) 399-3317 Email: chris.lashure@va.gov REQUESTS FOR INFORMATION ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted in writing to: chris.lashure@va.gov. No phone calls will be accepted. The Subject line shall read; A/E Project 516-14-106 || SOURCES SOUGHT RFI || VA248-15-R-1599-Insert Name of Firm/Vendor Submitting RFI. The RFI period shall open at the posting of this notice and close at 2:00 p.m. EDT on August 10, 2015. *** RFIs regarding the follow-on construction solicitation will not be addressed at this time. *** ------------------------------------------------------END-----------------------------------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815R1599/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-R-1599 VA248-15-R-1599_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2172856&FileName=VA248-15-R-1599-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2172856&FileName=VA248-15-R-1599-001.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: Department of Veterans Affairs;Network Contracting Office 8 (248);Bldg. 102;Bay Pines FL
Zip Code: 33744
 
Record
SN03799886-W 20150718/150716235629-84a1ea923648ceed288cb61ca88dabb2 (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.