Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2017 FBO #5691
SOLICITATION NOTICE

C -- A/E Site Prep Replace CT Scan #642-CSI-118

Notice Date
6/21/2017
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Wilkes-Barre VAMC;1111 East End Blvd;Wilkes-Barre, PA 18711
 
ZIP Code
18711
 
Solicitation Number
VA24417R1087
 
Response Due
7/21/2017
 
Archive Date
10/19/2017
 
Point of Contact
570-824-3521 x7570
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1. CONTRACT INFORMATION: This A-E Services contract is being procured in accordance with Public Law [PL] 92-582 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 541330, Architectural / Engineering services. The contract is anticipated to be awarded about November 2017. It is anticipated that one contract will be awarded from this announcement. 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 (SAM) database. Register via the SAM 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 proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: Provide professional architectural and engineering design services including all investigative surveys and verifications of as-built conditions required for fully-developed construction documents for the renovation of existing spaces to accommodate the replacement of existing 320 Slice Toshiba CT Scan. 2. PROJECT INFORMATION: Site Prep Replace CT Scan: The intent of this Project is to design a renovation of existing spaces to accommodate replacement of 320 Toshiba Slice CT Scan located on the 3rd Floor of Building 2 of the Corporal Michael J. Crescenz VAMC in Philadelphia, PA. The total footprint is approximately 1000 square feet. The A/E shall design all renovations necessary to install the new medical equipment including renovation of structural support system for radiographic equipment, HVAC and plumbing systems, medical gases, emergency and normal power, lighting, lead shielding design and new room finishes. The A/E shall analyze the existing HVAC systems to ensure compliance with current VA criteria and will support heat loads of new medical equipment and design any HVAC necessary for the new work/equipment. Work also to include modifications to normal and emergency power systems necessary for the new medical equipment. The A/E shall ensure that new equipment such as CT shall continue to be supplied with a 100% uninterrupted power supply and that the existing UPS system is compatible with the new equipment. The A/E shall collaborate with Medical Center Staff to conduct a Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient and public safety, security controls for physical and logical access, environmental controls, and limitations on vibration noise and disruptions to operations and utilities. The results of these assessments will be incorporated as part of construction documents. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. Team proposed for this project; Background of the personnel Project Manager Other Key Personnel Consultants Proposed Management Plan; Team organization Design Phase Construction Phase Previous Experience of Proposed Team; Project experience Response Time; Prime Firm Consultants Specialized Experience and Technical Competence Architectural, structural, environmental, electrical, plumbing and mechanical design Project Control; Techniques planned to control the schedule and costs Personnel responsible for schedule and cost control Estimating Effectiveness; Five most recently bid projects Miscellaneous Experience and Capabilities: Experience in healthcare clinical design Experience with site prep for CT Scanners Experience with site prep for other major medical equipment Any other specialized experience 4. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541330. Where to Submit: Offerors shall submit all original proposals to: Department of Veterans Affairs Network Contracting Office 4 Wilkes-Barre VAMC 1111 East End Blvd Wilkes Barre, PA   18711 Phillip.Helmer@va.gov All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must 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 MUST 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 must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. 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. 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. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. 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. 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. 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. 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. Personal visits to discuss this announcement will not be allowed. 5. SOLICITATION: THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Firm Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified A/E Firm. Point of Contact: Contracting Phil Helmer. (570) 824-3521 x7570, E-mail any questions to: Phillip.Helmer@va.gov. 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/VA24417R1087/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Corporal Michael J. Crecenz VAMC;Engineering;3900 Woodland Ave;Philadelphia, PA
Zip Code: 19104
Country: USA
 
Record
SN04552168-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 |
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.