Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2018 FBO #6067
DOCUMENT

C -- 528A7-18-739 DESIGN RENOVATION OF 8th FLOOR CLC - Attachment

Notice Date
7/2/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;800 Irving Ave;Bldg 02 Rm D02;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
36C24218R0582
 
Response Due
8/1/2018
 
Archive Date
11/8/2018
 
Point of Contact
Sandra L Fisher
 
E-Mail Address
25-4694<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for Renovate Community Living Center, Project # 528A7-18-739. This is a 100% total service disabled veteran owned small business set aside. This project proposes to redesign and renovate the Community Living Center. This project will require the abatement of all known and unforeseen asbestos containing materials as well as the removal and disposal of any PCBs and other hazardous materials. In addition to the demolition of the necessary existing walls, electric, lighting, ceiling, floor tile, mechanical equipment, ductwork, plumbing, ect. for approximately 21,100 ± GSF of existing space in order to redesign for a new state of the art in-patient Community Living Center. The new CLC will contain all required medical gas, nurse call, ceiling mounted patient lifts. This project proposes to provide complete design services (not limited to concepts and layouts, program development, investigative services, and cost estimating services) to redesign and renovate the existing 8th floor which is currently used as the Community Living Center. The A/E Firm will need to ensure that the final design meets current space needs and patient privacy standards, along with improving the current patient care environment. The intent of this project is to eliminate the current patient rooms that house three or four patients as well as reduce the current bed amount from 47 to roughly 35-41 beds. The A/E firm is to develop a plan that uses double or single patient rooms. The A/E firm is to produce a design concept that maintains the integrity of the existing bathrooms on the floor, where feasible. The project will also focus on investigating and evaluating the ancillary program needs for the 8th floor, and produce a complete design that will utilizes the space criteria, where feasible; set forth in the VHA Space Planning Criteria with modifications as required. The A/E firm is to provide new interior finishes in all rooms and hallways being renovated, while maintaining the integrity of existing medical equipment and devises. This project is to be designed in phases to ensure that the facility can continue to provide care for Patients who live in the CLC. The intent is for this design to start during the Fall of 2018 with construction to follow in the Summer of 2019. The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Syracuse for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330: 1. Professional qualifications of the team proposed as specifically related to the requirements of this particular project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Resumes to include SDVOSB Owner(s), Project manager, Lead Architect, Lead Mechanical Engineer designer, Lead Electrical Engineer designer, Lead Fire Protection Engineer, and provide current professional registrations/certifications of person/people who will be stamping the drawings if not listed above. 2. Specialized experience of the team proposed for this project (technical competence in the type of work required with specific emphasis on experience related to work at hospital patient wards and VA Medical Centers). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. List who or whom will be doing field investigation on this project and their past experience and knowledge of the Syracuse VA Medical Center. 3. Past Experience/Past Performance: Provide prior prime contractor (SDVOSB) experience on projects (no more than 5) awarded within the last three years for work in existing medical facilities similar in size, scope and complexity to this project. Do not include designed, but not yet constructed, projects. Include the following information for each project listed: - Name, Address, Telephone Number, and Fax Number of a customer point of contact (POC) who would have the most detailed information about the AE's performance. - Project location, award date, original completion date, actual completion date, original contract award amount, final contract amount. Include names, addresses and phone numbers of subcontractors used. - Provide a narrative indicating lessons learned from these projects that will be helpful or applicable to Renovate 5A for Rehabilitation Unit. Indicate how these projects are similar in scope, design and complexity to Renovate 5A for Rehabilitation Unit. 4. Proposed Management Plan and Approach (management plan for the design phase and the construction phase as well as overall design philosophy). If firm is partnering with one or more subcontractors, describe experience that team has had working together on projects of similar scope, design and complexity to Renovate 5A for Rehabilitation Unit. Describe how firm will approach a project of this magnitude from initial contract award to 100% design, how the team is constructed (and benefits of such an organization) and describe role of team in construction period services. Include detailed breakdown of work the prime will be accomplishing and the total percentage in relation to the total project. IF THIS IS NOT INCLUDED, YOUR PACKAGE MAY BE FOUND NONRESPONSIVE. 5. Location (proximity of facilities and personnel to the geographical area of the work; corporate knowledge of local conditions related to the locality of the project). Include mileage from each sub- contractor (if applicable) not limited to the following: Environmental Engineer, Mechanical Engineer, Electrical Engineer, Architect, Fire Protection Engineer YOU ARE REQUIRED TO SUBMIT THIS ONSITE RESPONSE TIME WITH HOW YOUR FIRM WILL RESPOND. IF THIS IS NOT RECEIVED, THIS PACKAGE CAN BE FOUND NON RESPONSIVE. 6. Capacity to accomplish the work in the required time; requirement to provide the 100% design no later than 1 April 2019. 7. Estimating Effectiveness (construction estimate versus construction award amount: provide data/information on the ten most recently completed projects) and Project Control (describe techniques used by the A/E to control the schedule and costs and identify personnel responsible for these functions). For estimating effectiveness, Include only hospital projects in Upstate New York, VA work will be graded higher. Include who is responsible for quality control/quality assurance of drawings and how that process works with subcontractors. 8. Miscellaneous Experience and Capabilities (Interior Design, CADD, Revit & Other Computer Applications, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation Considerations, Energy Conservation and New Energy Resources, CPM and Fast Track Construction). 9. Awards and Recommendations (identify any awards received for design excellence). 10. Insurance and Litigation (identify the type and amounts of liability insurance carried and who the provider is. Identify litigation involvement over the past five years with resulting outcome). The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 300 mile radius of the Syracuse VA Medical Center as measured on google maps using the measure distance feature from the prime designer s address listed in Vetbiz to the Syracuse VAMC, 800 Irving Ave, Syracuse NY 13210. All Standard Form 330s must comply with several restrictions. Any Standard Form 330 that does not comply with these requirements will be discarded without review. The restrictions for the Standard Form 330s are as follows: All Standard Form 330s are to be typed in Times New Roman Font no smaller than point 12 font size with margins of no less than one (1) inch on all sides. In page limits, one (1) page refers to one side of a typed page. Section D Organizational Chart of Proposed Team Limit of one page for this section List all Subcontractors on the organizational chart. Section E Resumes of Key Personnel Proposed for this Contract Limit of one page per resume Limit of 10 resumes total Section F Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract (Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects). Limit of one page per project Limit of 5 projects total Section H Additional Information Include Proposed Management Plan and Approach Include discussion of the following evaluation factors: Location Capacity Estimating Effectiveness Project Control Awards and Recommendations Insurance and Litigation Overall limit of five (5) pages for this section Standard Form 330s with appropriate data for this project must be submitted ELECTRONICALLY to the Contracting Officer no later than 1 Aug 18 by 1230 p.m. EST. The overall size of the file cannot exceed 7MB; if additional space is required, divide the file into segments with each file size less than 7MB. No more than the first 2 files at 7MB each will be considered. Additionally, 4 hardcopies of the Standard Form 330s along with a CD containing an electronic copy of the Standard Form 330 in *.pdf form must be submitted to the Contracting Officer and received by no later than 1 Aug 18 by 1230 p.m. EST. NON COMPLIANCE WITH THIS REQUIREMENT RISKS YOUR PACKAGES AS BEING NON RESPONSIVE BEING NONRESPONSIVE It is anticipated interviews for selection will be conducted in Sep/Oct 2018 This is not a request for proposal. NAICS 541330 applies. Service Disabled Veteran Owned Small business size for this NAICS is $15.0 million. Construction cost estimate is between $1,000,000.00 and $5,000,000.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/36C24218R0582/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218R0582 36C24218R0582_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4454638&FileName=36C24218R0582-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4454638&FileName=36C24218R0582-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04976535-W 20180704/180702230817-f7c4b40ec78070ade36e7e4c264b89ae (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.