Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
DOCUMENT

C -- AE IDIQ for MEDVAMC - Attachment

Notice Date
7/21/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
VA25616R1025
 
Response Due
8/10/2016
 
Archive Date
9/9/2016
 
Point of Contact
Tabitha K Contreras
 
E-Mail Address
4-7513<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
General Contract Information The Michael E. DeBakey VA Medical Center (MEDVAMC) is seeking qualified Architect/Engineering (A&E) Firms capable of providing multi-discipline design services on an as-needed basis under a fixed price, indefinite quantity (IDIQ) contract with negotiated rates which will be applicable to the task orders, in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and as implemented in FAR Part 36.6 and VAAR Part 836.6. This competition is 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) firms who are capable of performing the requirements under the categories described below and it is in accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127 and 8128. The SDVOSB must be registered with and verified by the Center for Veterans Enterprise, (CVE), at www.vetbiz.gov as well as have submitted the current cycle VETS-100 Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. Companies must also be registered in System for Award Management (SAM) database at www.sam.gov and have completed online Representations and Certifications prior to contract award. The NAICS Codes are 541310 (Architect Services) and 541330 (Engineering Services). The small business size standard is $7.5M and $15M respectively. The A/E IDIQ contract will be utilized by the Michael E. DeBakey VA Medical Center (MEDVAMC), Veterans Integrated Service Network 16 (VISN 16), located at 2002 Holcombe Boulevard, Houston, TX 77030. The contract duration will be for a period of 5 (five) years (one (1) base year plus four (4) one-year options) from the date of contract award. The intention is to award one single IDIQ contract; however, the Government reserves the right to award multiple contracts, with MEDVAMC having the ability to utilize this contract. The minimum guaranteed contract amount is $10,000 for the base year only. There is no limit on the number of task orders. Each task order's value will be limited to $1,000,000 maximum, and the total cumulative task orders amount shall not exceed $4,500,000 for the entire five year contract period. IDIQ Scope of Services Services which may be required include, but are not limited to, providing scope, development, planning, concept development, interior design, environmental studies, feasibility studies, program analysis, design review, value engineering reviews, consulting/construction management for work, building designs for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building addition and/or building renovations. Additional services that may be required include, but are not limited to, Master Planning/Medical Planning, preparation of designs, plans, drawings, life-cycle cost analysis, construction cost estimates, project specifications, fact-finding studies, surveys, investigations, other professional A/E services not necessarily connected with a specific construction project, and supervision/inspection of projects under construction. The following is the project overview: 1.After a task order is issued, the A/E shall develop three (3) conceptual plans for VA selection. The selected plan will be developed further to include space programs and related details. The space planning must address improvement of work flow based on sequence of operations. i.All designs must adhere to VA, JCAHO, NFPA, and life safety latest requirements. The A-E shall prepare all design documents in conformance with, but not limited to, the applicable portions of the following: 1.VA Master Construction Specifications http://www.cfm.va.gov/til/spec.asp 2.VA Design Guides http://www.cfm.va.gov/til/spec.asp 3.International Building Code (IBC). 4.National Fire Codes published by the National Fire Protection Association (NFPA). 5.Americans with Disabilities Act Accessibility Guidelines (ADAAG) and Uniform Federal Accessibility Standards (UFAS). 6.LEED Certification. 7.Facility Master Plans. Facility Master Plans are available for reference at the VAMC Engineering Office. VA Design Guides and Master Construction Specifications can be viewed on-line at www.cfm.va.gov/TIL/. ii.VA Master Construction Specifications shall be used as the basis for the production of specifications to suit the separate work requirements of the individual items contained in the project. Extraneous material that does not apply to the project must be deleted. While relevant items should be covered in full scope to assure compliance by the contractor and quality construction, the use of notes and/or pictures on the drawings both to accentuate important items in the specifications, and/or to take the place of lengthy written specifications for routine or simple items is encouraged. Entire specifications for simple projects of low monetary value may be by notes on the drawings. Projects should be designed with LEED certification in mind. Certification may or may not be pursued. iii.The A-E will also provide a date of publication for all industry, association and Government standards referenced in the specifications. The date used will be the current publication date of the standard at the time of design. It is not acceptable to state "use the latest or current issue". iv.The new renovation will be matched with the hospital standards. The interiors design will require development of space program to meet the VA standard and users' requirements. The A/E is required to meet with the users to develop three (3) conceptual design plans with different space configuration including cost estimates for VA approval and selection. The A/E will prepare equipment layouts for new equipment as required by the equipment's manufacturer specifications and drawings. 2.The Architect/Engineer shall survey the area and verify existing space, study adequacy of square footage for each function, analyze utility systems and verify as built drawings. Existing drawings may not be complete, and the Government neither warrants nor guarantees the accuracy of these documents. The A-E is to conduct its own independent and complete investigation of the currently existing conditions without reliance on any Government-Furnished or provided plans/drawings and specifications. 3.The completed preliminary plans shall include a detailed construction, equipment, and project cost estimates. The A/E is responsible to design the project within available budget and provide recommendations of deduct items as alternatives. 4.The A/E shall thoroughly study existing drawings and building design criteria for exact implementation and coordination of all systems and components of the new renovations, and avoidance of construction conflicts. All features and systems shall conforms to the existing design criteria of building 100 which mandates runs of all utility systems such as electrical and mechanical systems, air ducts, piping, conduits, etc. in the interstitial space only. Installations of equipment in the interstitial space are prohibited. Submittal Requirement All original Standard Form (SF) 330 packages shall be submitted to: Michael E. DeBakey VA Medical Center Attn: Tabitha Contreras (90C) Room 4B-313 2002 Holcombe Boulevard Houston, TX 77030 All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number VA256-16-R-1025. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the IDIQ. Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II and one CD-ROM of the entire SF 330 submittal as a single pdf file, to the address below no later than 3:00 P.M. (CST) on August 10, 2016. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. Interested firms shall address each of the six (6) Selection Criteria in their SF 330's and additional documents/submittals. The selection criteria for this acquisition listed below will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are considered equal in importance: (1)Professional qualifications necessary for satisfactory performance of required services to include reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. a.Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical and Fire Protection Engineer). 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. b.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 five (5) and a maximum of seven (7) specific completed projects in the past five (5) years that best illustrate the individual team members experience relevant to this contract scope. (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 and their record of working together as a team. a.Provide a detailed narrative of a minimum of five (5) up to seven (7) maximum relevant projects completed within the last 5 years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; Specific design areas to be evaluated within this factor are: 1.Hospital Experience 2.Phasing Construction Projects 3.Environmental Assessment & Abatement; including, but not limited to, Asbestos and Lead 4.Verification of Exceptional Customer Service; including customer service awards received 5.Building Energy Modeling per ASHRAE 90.1-2010 or 2013 6.Designs that comply with ASHRAE 90.1-2010 or 2013 7.Familiarity with and experience incorporating the requirements of current or recent VA guidance documents related to Sustainable Buildings (3)Capacity to accomplish the work in the required time. a.This factor evaluates ability of the AE 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. 1.List current projects with a design fee of greater than $20,000 being designed in the firm's office in the past five (5) years; 2.Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; 3.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. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (5)Location in the general geographical area of the project and knowledge of the locality of the project. Provide the address and distance of your office to MEDVAMC. The distance shall be determined using http://maps.google.com (6)Ability to comply with FAR clause 52.219-14. a.Firms must demonstrate how they will comply with the requirement to meet FAR Clause 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This is not a request for proposal, and thus no solicitation package will be issued. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25616R1025/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-R-1025 VA256-16-R-1025.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2890808&FileName=VA256-16-R-1025-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2890808&FileName=VA256-16-R-1025-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04190940-W 20160723/160721235012-d4a77057222302a599f2fc1475174b31 (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.