Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2016 FBO #5152
DOCUMENT

C -- VA244-16-R-0169 | ADDRESS EMERGENCY POWER DEFICIENCIES IN BLDG 1 | PROJECT NUMBER 642-14-106 REQUEST FOR SF 330 - Attachment

Notice Date
12/30/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
MJCVAMC;3900 WOODLAND AVE;90 (C) ACQUISITIONS;PHILADELPHIA, PA 19104
 
ZIP Code
19104
 
Solicitation Number
VA24416R0169
 
Response Due
1/29/2016
 
Archive Date
3/29/2016
 
Point of Contact
JOSEPH SPADO III
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
CONTRACT INFORMATION: 1.This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541310, Architectural / Engineering services. The contract is anticipated to be awarded about January 2016. a.This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified contractors that meet the professional and set aside requirements listed in this announcement. From this list we will select with whom we will have interviews with. b. Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The government will evaluate the SF330s received and the three mosth highly qualified firms shall be called back for interviews. After interviews, the most highly qualified firm will be provided the solicitation and requested to submit a proposal. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: Provide professional architect and engineering (A/E) services in order to develop construction documents for complete replacement of the Essential Electrical System of Building 1 (approximately 359,000 sf) at the Corporal Michael J. Crescenz Medical Center in Philadelphia Pennsylvania. 2.PROJECT INFORMATION: a.The scope of this project is to provide all the labor, materials, and equipment necessary for developing construction drawings and specification documents for the removal of the existing and installation of the new essential emergency system including but not limited to the following: 1.New automatic transfer switches. 2.New distribution panel boards, branch panels and distribution feeders necessary to install an essential electrical system that is in compliance with VA Electrical Design Manual and Standards, NFPA 70, 99 and 110. 3.Updated site plans to show feeds from Building 16 to Building 1. 4.Complete short circuit analysis, load flow, voltage drop analysis, overcurrent devices, coordination analysis, arc flash hazard analysis and site assessment necessary to install the new system. 5.Update the single line distribution drawings, for normal and emergency power, as necessary to detail the new installation. 6.Provide a cost estimate for the construction costs associated with their final drawings and findings. 7.Provide architectural design necessary for the construction of new electrical rooms ensuring compliance with the VA Physical Security Manual. 8.Provide mechanical, plumbing and structural design necessary to support the installation of new electrical equipment. 9.Work shall be phased to minimize or eliminate service outages. 10.Provide an independent third party life safety review of drawings and specifications 11.The A/E shall collaborate with Medical Center Infection Control Staff to conduct Infection Control Risk Assessment (ICRA) to incorporate the necessary protection as part of construction documents. 12.Commissioning of the new essential emergency system. b.The selected A/E firm will be required to collaborate with the Corporal Michael J. Crescenz Medical Center (CMC VAMC) staff and VA Design Guides to determine structural, architectural, mechanical and electrical design requirements. The firm will also attend programming meetings with Medical Center Engineering staff to layout subject floor. Drawings concerning the existing conditions will be provided to the selected A/E firm but are for reference only, until they have been verified by the selected AE design team. Any deviation between the drawings and actual conditions will be called out on the drawings and reported to the CMC VAMC Engineering 3.SELECTION CRITERIA: Selection criteria for this acquisition are listed below with weight identified for each factor. (1)Team proposed for this project(20) a.Background of the personnel i.Project Manager ii.Other Key Personnel iii.Consultants (2)Proposed Management Plan(5) a.Team organization i.Design Phase ii.Construction Phase (3)Previous Experience of Proposed Team(20) a.Project experience (4)Location and Facilities of Working Office(5) a. Prime Firm b. Consultants (5)Proposed Design Approach for this Project (10) a.Proposed design philosophy b.Anticipated problems and potential solutions (6)Project Control(20) a.Techniques planned to control the schedule and costs b.Personnel responsible for schedule and cost control (7)Estimating Effectiveness(10) a.Ten most recently bid projects (8)Sustainable Design a.Team design philosophy and method of implementing (9)Miscellaneous Experience and Capabilities: a.CADD & Other Computer Applications b.Value Engineering & Life Cycle Cost Analyses c.Environemntal & Historic Preservation Considerations d.Energy Conservation and New Energy Resources e.CPM & Fast Track Construction 4.SUBMITTAL REQUIREMENT: a. Who May Submit: This project is set aside for FAR 852.219-10, Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). The NAICS for this project is 541310. b. Where to Submit - Interested firms shall submit SF330 to: Michael J. Crescenz VA Medical Center, 3900 Woodland Ave 90 C Acquisitions Philadelphia, PA 19104 ATTN: Contracting (Joseph Spado III) Joseph.spado@va.gov All SF 330s must be clearly marked with the subject line displaying the solicitation number. c. Interested firms having the capabilities to perform this work must submit one copy of SF 330 including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 2:00 p.m. (EST) on the response date above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms shall submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs SHALL be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran- Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It shall contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. d.The A-E shall not include company literature with the SF 330. e.In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. f.In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. g.In Section F, a maximum of 5 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. h.In Section G, block 26, along with the name include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. i.In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. j.In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. k.In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. l.Personal visits to discuss this announcement will not be allowed. 5.SOLICITATION: A solicitation will only be issued to the most highly qualified firm. Point of Contact: Contracting - Joseph Spado III, 215-823-4156, E-mail any questions to: joseph.spado@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24416R0169/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-16-R-0169 VA244-16-R-0169.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486311&FileName=VA244-16-R-0169-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486311&FileName=VA244-16-R-0169-000.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: MJCVAMC;3900 WOODLAND AVE;PHILADELPHIA, PA
Zip Code: 19104
 
Record
SN03980580-W 20160101/151230234409-42ab791ac845d6f9886e71174184d912 (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.