DOCUMENT
C -- A/E Replace Domestic Water Piping system | Project number 642-16-103 REQUEST FOR SF 330 - Attachment
- Notice Date
- 12/30/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- MJCVAMC;3900 WOODLAN AVE;90 (C) Acquisitions;Philadelphia, PA 19104
- ZIP Code
- 19104
- Solicitation Number
- VA24416R0168
- 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. 2. 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. 3.Contract Award Procedure: Before a small business is proposed as a potential contractor, they shall be certified by VETbiz and registered in the System for Award Management (SAM) via 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 most 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. 4.Nature of Work: The Corporal Michael J. Crescenz Medical Center is seeking a qualified Service Disable Veteran Owned Small Business Architect and Engineering firm. The A/E firms shall provide a thorough investigative survey, site survey, and verification of existing conditions required to fully develop construction documents and drawings to implement Phase 2 of the Plumbing Systems Upgrade Project for compliance with VHA Directive 1061 and the approved Healthcare Associated Legionella Disease Prevention Plan. Work completed under Phase 1 is supplemental water treatment measures, removal of dead legs, monitoring points throughout the facilities, automatic drain valves in bypass lines, and replacement of hot and cold water risers in Building 1 South. 5.PROJECT INFORMATION: The scope of this project is to provide all the labor, materials, and equipment necessary for developing design drawings and specifications for but not limited to the following: 1)The selected A/E firm will be provided with the Medical Center's Healthcare Associated Legionella Disease (HCALD) Prevention Plan. The Plan that was developed in phase 1 which includes several Critical Controls Points (CCP). The A/E will investigate and address all CCP and develop construction documents to provide the corrective action for each CCP (in all applicable building). 2)A/E shall evaluate all auto sensor faucets through the Medical Center and replace faucets as necessary to maintain recommended water flow and meet flushing requirements for Buildings 1, 2 and 30. 3)Replace the hot and cold water risers and distribution in Building 1 East and West Wings. 4)Investigate point of entry connections to utility company and ensure piping arrangements are in compliance with HCALD Plan. 5)Provide additional circulation pumps and associated controls to hot water return systems. 6)Replace all main galvanized pipe with copper (approximately1, 500 feet). 7)Remove storage tanks from the Building 1 penthouse. 8)Provide the required monitoring points throughout the system as required by the HCA LD Plan to the Building Automation System (BAS). 9)Work shall be phased to minimize or eliminate service outages. 10)Provide HVAC, electrical, plumbing, security systems, life safety systems, and structural systems as needed to accommodate the project and meet the VA Design Guidelines as they pertain to these areas. 11)The A/E firm shall collaborate with Medical Center Infection Control Staff to conduct Infection Control Risk Assessment (ICRA) to incorporate the necessary protection as part of the construction documents. 12)Install a clean steam system as deduct alternate 13)The services of an independent fire safety engineering firm will be required to review the drawings and specifications. 14)The estimated construction cost (not design) of this project is between $2M and $2.5M. 6. SELECTION CRITERIA: Selection criteria for this acquisition are listed below with the weight of 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 Offices (5) a. Prime Firm b. Consultants (5)Proposed Design Approach for this Project (5) 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 (5) a.Team design philosophy and method of implementing (9)Miscellaneous Experience and Capabilities: (10) a. Interior Design b. CADD & Other Computer Applications c. Value Engineering & Life Cycle Cost Analyses d. Environmental & Historic Preservation Considerations e. CPM & Fast Track Construction 7. 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 c.All SF 330s shall be clearly marked with the subject line displaying the solicitation number. (i)Interested firms having the capabilities to perform this work shall 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. (Eastern Standard Time) on the response date above. (a) 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 sub-contractor 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 sub-contractor 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 shall 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. (ii)The A-E shall not include company literature with the SF 330. (iii)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 shall 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. (iv)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 shall be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (v)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. (vi)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. (vii)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. (viii)In Section H, Part I, SF 330, firms shall 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. (ix)In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP shall 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. (x)Personal visits to discuss this announcement will not be allowed. 8. SOLICITATION: A solicitation will only be issued to the most highly qualified firm. The 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/VA24416R0168/listing.html)
- Document(s)
- Attachment
- File Name: VA244-16-R-0168 VA244-16-R-0168.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486294&FileName=VA244-16-R-0168-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486294&FileName=VA244-16-R-0168-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-16-R-0168 VA244-16-R-0168.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2486294&FileName=VA244-16-R-0168-000.docx)
- Place of Performance
- Address: MJCVAMC;3900 Woodland Ave;Philadelphia, PA
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN03980591-W 20160101/151230234415-1d1ec6a255ca345dfd2cfd5e0a1c17f2 (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 |