SOLICITATION NOTICE
C -- Design for Install Security Fence at Parking Garage, Building 28, Project 642-16-105
- Notice Date
- 6/21/2017
- Notice Type
- Synopsis
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;Wilmington VA Medical Center;20 Montchanin Rd, Rm 116;Greenville, DE 19807
- ZIP Code
- 19104
- Solicitation Number
- VA24417R0694
- Response Due
- 7/17/2017
- Archive Date
- 9/15/2017
- Point of Contact
- Phone: (302) 994-2511 x7526
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ACQUISITION INFORMATION: The Corporal Michael J. Crescenz Department of Veterans Affairs Medical Center (CMCVAMC) located at 3900 Woodland Avenue in Philadelphia, PA 19104 is seeking professional Architect and Engineering (A&E) services for Project No. 642-16-105, Install Security Fencing at Parking Garage Building 28. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. 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 firms that meet the professional and set aside requirements listed in this announcement. Scope of Work: Provide professional architect and engineering (A/E) services in order to develop construction documents for the installation of approximately 25,000 square feet of security fencing for the Patient Parking Garage (Building 28) at the Corporal Michael J. Crescenz Medical Center in Philadelphia, Pennsylvania. The scope of this project is to provide all the labor, materials, and equipment necessary for developing construction drawings and specification documents for the installation of security fencing for the existing Patient Parking Garage including but not limited to the following: Survey existing conditions and utilizing building as-builts, identify building structural support systems to ensure they are not damaged by construction. Provide a cost estimate for the construction costs associated with their final drawings and findings. Provide an independent third party life safety review of drawings and specifications 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 project. 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 A/E design team. Any deviation between the drawings and actual conditions will be called out on the drawings and reported to the CMC VAMC Engineering Department. The selected A/E firm will also be responsible for providing a construction estimates of contract time and cost associated with their final drawings and specifications. The selected A/E firm shall adhere to the following guidelines: All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to USAF, NFPA, BOCA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents. Site Investigation: Make site visits as required to determine existing as-built conditions affecting this project. Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available in VHA s Technical Information Library at http://www.cfm.va.gov/til. A/E shall survey existing conditions including areas above, below and adjacent to the work sites that will be affected by the project. Investigation shall include but not limited to building structure, mechanical, plumbing, life safety, security and electrical systems. The A / E shall arrange for and oversee the performance of such investigations as he/she determines are required for the proper design of the project. Existing building systems shall remain operation at all times during construction. Auto CAD background drawings will be provided by the VA upon request. The A/E shall field verify all dimensions, wall layouts, etc. General Requirements: A/E firm shall have licensed professional architects/engineers currently registered in the state of Pennsylvania or in a state of which Pennsylvania has recognized the engineering license. A/E shall be responsible to provide a complete bid package to the Contracting Officer consisting of plans (signed Mylar originals), specifications, cost estimates and their related information. Drawings shall be submitted in AutoCAD Release 2014 and PDF, specifications in Microsoft Word and PDF and cost estimate in Microsoft Excel. A complete bid package will be submitted on a CD-RW. The contract drawings shall have a cover sheet, which shall include but not limited to the following information: Department of Veterans Affairs Logo Drawing Index AE Firm Name and Logo General Notes All drawings shall be scaled. Each professional discipline shall be separately designed and be sealed by the respective A/E. All design work shall be coordinated by the prime A/E, who shall be responsible for all field investigation, site surveys, measurements and engineering design calculations. The A/E shall assure compliance with and design according to all local, federal, Department of Veterans Affairs, OSHA Regulations, state laws, regulations, codes and ordinances. AE shall prepare specifications using the VA master specification. Plans shall be drawn using standard professional and acceptable engineering drafting skills, scales and standards. The A/E shall be responsible to provide and show in scale plans, elevations and details required to construct this project in which the prospective bidder is clear on the proposed intent and scope of work. A/E shall define and indicate on plans all new and existing conditions. A/E shall show, draw, locate, define, denote and detail all points of connection of new work to the existing. A/E shall plan, define, detail, draw and show on the contract documents exact routing of any new utility proposed for this project. A/E shall as part of this project, physically inspect each new routing, provide routings and/or rerouting of existing utilities to prevent any conflicts. Prior to review submissions all plans are to be reviewed by a fire protection engineer and documented accordingly by the A/E. Architectural Requirements: Provide final ¼ scale plans for the proposed project. Plans should show partition revisions and repairs necessary to maintain life safety and egress from the area. Show all rooms, room numbers as provided by VAMC, corridors, electrical closets, mechanical shafts and spaces, plumbing fixtures, all vertical circulation. Provide all demolition plans for all items required for removal. Provide a title sheet with drawing index listing all drawings in the complete set. If necessary, provide and edit list of symbols used for this project and appropriate general notes. Provide all details necessary to describe the installation requirements of the architectural elements (i.e. wall types, typical framing details, typical door details, etc.). Plumbing Requirements: Provide demolition plans for fixtures and piping to be relocated, if required for fence installation. Provide details necessary to fully describe the relocation requirements, if required for fence installation. Mechanical Requirements: Provide demolition plans any mechanical systems to be relocated, if required for fence installation. Provide details necessary to fully describe the relocation requirements, if required for fence installation. Electrical Requirements: Provide demolition plans any electrical systems to be relocated, if required for fence installation. Provide details necessary to fully describe the relocation requirements, if required for fence installation. Reviews A conceptual review (35%) will be held with Facilities Management Services. At this review the AE firm shall present its program, methods, cost estimate, potential phasing plan and schedule under this work statement. This review will be scheduled after the design team has completed the on-site investigative review. Formal Review: There will be two formal reviews; one each at the 70% and at the 100% design completion stages. The AE shall supply three (3) copies of drawings, three copies of specifications and five copies of cost estimates for each formal review. Review meetings will be scheduled approximately one week after receipt of the documents by the Medical Center. The AE shall incorporate any comments, notes or changes provided at a review meeting into the next review package. In addition, the AE shall incorporate any comments, notes or changes provided at 100% review meeting into the construction documents and cost estimate. ESTIMATES The Engineering firm will make use of the construction budget to derive the 35%, 70% and 100% construction cost estimates. All estimates shall be current as of the date of submission and escalated to the date of award as provided by the VA. Show unit quantity, unit measure, unit cost and total cost of labor and materials for each subheading, as required by VA FORM 10-6238, Estimate Work Sheet. All costs will include insurance, taxes and applicable subcontractors markup. Use wage rates that reflect current local wages. The latest Department of Labor wage survey available at the VA will be provided upon request. Price materials and equipment at the contractors buying level. Sales tax, when applicable, will be added to the material and equipment costs. Estimates should include an appropriate percentage for overhead and profit. Evaluation Criteria: The A&E selection criteria for this acquisition is listed below. The evaluation criteria for this acquisition are listed with the following levels of importance. Item 1, 3, 6 are the most important. Items 7, 9 are of medium importance. Items 2, 4, 5, 8 are least important 1. Team proposed for this project a. Background of Personnel b. Project Manager c. Other key personnel d. Consultants 2. Proposed Management Plan a. Team organization (1) Design Phase (2) Construction Phase 3. Previous Project Experience of Proposal Team 4. Location and Facilities Working Offices a. Prime Firm b. Consultants 5. Proposed Design Approach a. Proposed design philosophy b. Anticipated problems and potential solution 6. Project Control a. Techniques planned to control the schedule and costs b. Personnel responsible for schedule cost control 7. Estimating Effectiveness a. 3-5 most recently bid projects similar to this project 8. Sustainable Design 9. Miscellaneous Experience and Capabilities a. Security Fencing b. CADD & Other computer applications c. Value Engineering life cycle cost analysis d. Environmental e. Energy conservation & new energy resources f. CPM & fast track construction K. Contract Award Procedure: Interested A&E firms shall submit two (2) copies of SF330 (8/2016 Edition) and CD with appropriate documentation and information to Chuck Peck, Contracting Officer (460/90C), Wilmington VA Medical Center, 20 Montachnin Rd, Contracting Office, Rm 116, Greenville, DE 19807 by close of business (4:00 PM, EST), July 17, 2017. A&E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services require may be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A&E Firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $15.0M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY17 funding. The construction magnitude is between $500,000.00 and $1,000,000.00 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2017); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417R0694/listing.html)
- Place of Performance
- Address: Philadelphia VAMC;3900 Woodland Ave;Philadelphia, PA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN04552167-F 20170623/170621234223 (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 |