DOCUMENT
C -- NRM (PROJ: 672-18-603) TITLE: A/E Services to Perform Retrofit at Surgical Suites. - Attachment
- Notice Date
- 4/26/2018
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VA Caribbean Healthcare System;Administrative Building;#10 Calle Casia Suite #4M440;San Juan PR 00921-3201
- ZIP Code
- 00921-3201
- Solicitation Number
- 36C24818R0716
- Response Due
- 5/29/2018
- Archive Date
- 8/27/2018
- Point of Contact
- Attn. Rey F. Clemente, NCO8 Contracting Officer
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE AND REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER (AE) QUALIFICATION PACKAGES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This request is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside. All information needed to submit SF330 Documents is contained herein. No solicitation package, technical information, or bidder/plan holder list will be issued. Federal Acquisition Regulations (FAR) 36.6 (Brooks Act) Selection Procedures Apply. The AE Sources listed herein is being procured in accordance with Brooks Act (Public Law 92-582) as implemented in FAR 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with (IAW) the evaluation criteria identified in paragraph 3 (three) Selection Criteria. Firms deemed to be the most highly qualified, after initial source selection, will be chosen for interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. For a SDVOSB to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) VETBIZ (www.vip.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission. Of their SF330s. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF330 is submitted shall result in elimination from consideration. All Joint Ventures (JV) must be CVE verified at time of submission and submit an agreement that comply with 13CFR 125.15 prior to contract award. In order to assure compliance with FAR Clauses 52.219-27 Notice of Service Disabled Veteran Owned Small Business Set-Aside, 52.219-14(b)(1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside, all firms submitting a SF330 for this Source Sought Notice are required to indicate what percentage of the cost of contract performance are to be expended on the concerns employees and in which discipline(s) and percentage of cost of contract percentage to be expended (and in what disciplines) by any other consultant/subcontracted or otherwise used small or large business entity(s). Any consultant, subcontractor, or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation process. The North American Industrial Classification System (NAICS) for this procurement is 541310 Architectural Services and the annual small business size standard is $7.5M. The future project s construction estimate is between $500,000 and $1,000,000. The anticipated award date of the construction phase of the project is unknown. The anticipated award date of the proposed A/E contract for design is on or before September 29, 2018. POINT OF CONTACT: Rey F. Clemente, Contracting Officer, Rey.Clemente@va.gov. PROJECT OVERVIEW The VA Caribbean Healthcare System, San Juan, Puerto Rico is seeking professional design services form an A/E firm to develop and furnish Construction Documents and perform Construction Period Services for the project entitled: Perform Retrofit Surgical Suites: Tasks will include, but not limited to, preparation and/or performance of reports, specifications, renderings, working drawings, site visits, meetings and meeting minutes, staff interviews, phasing/scheduling, and other related information and services. A/E shall furnish technical services for schematic design, design development and construction documents, in addition to Construction Period Services. The following overview highlights the key aspects of the project. This project shall address the correction of deficiencies on the HVAC system in the in the Surgical Suite related to pressure relations between the center hall, OR suites and the external corridors. This project shall include also the replacement of the surgical suites electrical lamps. A thorough assessment shall be performed of the room conditions by means of room pressure, ACH, relative humidity and temperature measurement, with the intention of verifying compliance with the applicable parameters by, among others, HVAC Design Manual (November 1, 2017), ASHRAE, NFPA 99, and NEC. As part of the assessment to be performed, HVAC equipment, e.g air handling units, exhaust fans, etc., shall be verified for optimal operation. Replacement of existing equipment shall be recommended in order to comply with the applicable codes. A report shall be submitted to VA for review. The assessment shall be performed during nights and weekends (non-operating periods). This project is to provide engineering design services to develop detailed as built drawings, design & bidding documents, construction cost estimates, construction phasing schedule and provide necessary construction period services for the project titled Perform Retrofit at Surgical Suites. PERFORM RETROFIT AT SURGICAL SUITES shall include the following: (1) The A/E firm shall provide the design in accordance with applicable VA codes, standards and specifications. (2) Structural / civil design shall be provided by the A/E firm to place all HVAC equipment and electrical and mechanical components. (3) All the design services work to be performed by the Designer or Record, A/E firm or Engineering Firm shall be performed, in accordance with the Scope of Work, Project Specifications, VA Master Specifications and developed Drawings. (4) The Contractors shall ensure that the works, supervision, management, and testing are performed in accordance with Local/State and Federal regulations. (5) All the works shall be completed in a period of 180 calendar days from notice to proceed letter is issued by the Contracting Officer. The A/E shall provide design and service during construction for the project described within this document. Such services include but are not limited to: surveys, assessments, technical studies, technical reports, analyses, permits, design, development of construction documents, technical expertise, construction supervision and services that are deemed necessaries for the proper design of the project described herein. The project will be comprised of the following stages: planning, design and services during construction. The A/E should be aware that before moving forward from one stage to another is necessary to complete and obtain the approval of the current stage. A/E FIRM SELECTION SDVOSB Certified Firms responding to this announcement by submitting a qualifying SF 330, before closing date and time will be considered for initial selection evaluation. Following initial evaluation of SF 330s received firms that are considered the mostly highly qualified to provide the type of services required; will be selected for interviews/discussions/negotiations. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer (CO) knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects identified on the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Selection will be based on the following criteria which are provided in descending order of importance Professional qualifications necessary for satisfactory performance of required performance of required service and working together as a team (in house and/or consultant(s)). The firm, and A/E on staff, representing the project and signing/stamping drawings in each discipline must be licensed to practice in the Commonwealth of Puerto Rico, or if the design is developed in State of Florida under Florida State Law requirements. Provide Professional License numbers and or proof of License. Provide a balanced licensed workforce to include, but not limited to, the following disciplines. Project Management. Safety and Fire Protection Engineer (SFPE) as Certified Independent Third Party (CITP). Architectural/Structural Mechanical Electrical Civil Environmental 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, production of Life Safety/Fire Protection plans, production of quality designs as evidenced by a Quality Control Program in a Healthcare, Business, Warehouse, Logistics and/or VA Hospital environment, phasing, cost estimating effectiveness, i.e., on-time/within budget, and compliance with established VA Construction Program Requirements located at http://www.cfm.va.gov/til/spec.asp. Specific experience and qualifications of personnel proposal for assignment to the project and their record of working together as a team. The selected A/E should have previous experience in the design of Surgical Suites/design services retrofit within healthcare facilities and provide documentation of a least two (2) design projects of this nature with references, names and phone numbers. Capacity to accomplish work in the required time. Firms must address and demonstrate capacity to execute this project, to include the capacity of key personnel available and dedicated to completing the project, within mandated schedules. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past Performance will be based on CPARS/ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on past performance from the previous five (5) years. Location in general geographical area of the project and Knowledge of the locality of the project; (It is expected that your SF 330 submittal will show your knowledge of the locality project). SDVOSB firms desiring consideration must have a working office (corporate HQ/branch office) located within 250 miles from the VA Caribbean Healthcare System, San Juan, PR. (Determination of mileage eligibility will be based on www.mapquest.com). Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (Awards, Outstanding Merits, Recommendations). Record of significant claims against the firm because of improper or incomplete architectural and engineering services. SUBMISSION CRITERIA/REQUIREMENTS Interested firms having the capability to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to rey.clemente@va.gov no later than Noon, Atlantic Standard Time (AST) Puerto Rico Time on Friday, May 29, 2018. All SF 330 submissions shall be clearly indicated in subject line, displaying the RFP number and project title (abbreviated and shortened is okay), Size limits of emails are limited to 10 MB. If more than one email is sent, please number emails in Subject line as 1 of 2, 2 of 2 etc. Example: SF 330 Submission, 36C24818R0716 Perform Retrofit at Surgical Suites at VA Caribbean Healthcare System, San Juan, PR (1 of 1). SF 330 submissions received after Noon, Atlantic Standard Time (AST) Puerto Rico Time on Tuesday, May 29, 2018. will not be considered and will be handled IAW FAR 15.208(b). All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cage Code Dun & Bradstreet Number Tax ID Number The Email address and Phone number of the Primary Point of Contact. REQUESTS FOR INFORMATION (RFI) ON THIS SOURCE SOUGHT NOTICE: All RFIs shall be submitted to rey.clemente@va.gov. Phone inquiries will not be accepted. RFI s must be received no later than, Midnight, Atlantic Standard Time (AST) (Puerto Rico Time) on Wednesday, May 9, 2018. The firm and/or principals representing the project must be licensed in the Commonwealth of Puerto Rico and/or the State of Florida IAW State law and must meet all licensing requirements to sign and seal drawings. Examples of information resources are: Florida Professional Engineering Certificate of Authorization: http://www.myfloridalicense.com/dbpr/ Puerto Rico Professional Engineering Certificate of Authorization: https://www.ncarb.org/get-licensed/state-licensing-boards/architect-lookup https://estado.pr.gov/en/engineers-and-surveyors/ https://www.ncarb.org/get-licensed/licensing-requirements-tool https://estado.pr.gov/en/architects-and-landscape-architects/ NCARB rules for all States and PR/VI on architectural licensing: http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca By responding to the Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/36C24818R0716/listing.html)
- Document(s)
- Attachment
- File Name: 36C24818R0716 36C24818R0716.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4259399&FileName=36C24818R0716-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4259399&FileName=36C24818R0716-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24818R0716 36C24818R0716.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4259399&FileName=36C24818R0716-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Caribbean Healthcare System;#10 Calle Casia;San Juan, PR
- Zip Code: 00921-3201
- Zip Code: 00921-3201
- Record
- SN04902197-W 20180428/180426230926-ba861d2db2b74eb222b9913bb38aa7d5 (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 |