DOCUMENT
C -- UD Renovate for Hybrid OR 646-18-103 - Attachment
- Notice Date
- 7/17/2018
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4
- Solicitation Number
- 36C24418R0645
- Response Due
- 8/16/2018
- Archive Date
- 10/15/2018
- Point of Contact
- William J Matelan
- E-Mail Address
-
2-3769<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a request for SF330 Packages. VA Pittsburgh Healthcare Service (VAPHS) is seeking professional design services from an SDVOSB Architect-Engineering (AE) firm to develop preliminary drawings, working drawings and specifications for conversion / installation of a HYBRID O-R Suite and related equipment / support technologies for Project 646-18-103 "DESIGN FOR HYBRID O/R AT UD" for our campus located at University Drive C, Pittsburgh, PA 15240. The project involves architectural and engineering services required to renovate approximately 1,640 square feet (+/- 10%) of the existing OR suites in the 3A wing as well as site preparation for install of a fully integrated HYBRID OR Equipment Suite (and optional CT) as well as structural and mechanical work in the associated spaces in the 2A office wing (below) and the 4A roof area (above). This project includes, but is not limited to: Removal and replacement of existing drywall and doors with lead-lined sheathing/doors Review and adjustment of existing ceiling booms, related utility services, lighting, convenience and specialty (robot) outlets, nurse station, environmental controls, finishes, etc. and addition of new utilities, finishes, etc. to facilitate new equipment requirements and install Revisions and expansion of existing Integration system for compatibility with new equipment and layout of Hybrid OR#11 and its ancillary support spaces. Revisions and expansion of existing Integration system for compatibility with new equipment and layout of Hybrid OR#11 and its ancillary support spaces. Review and addition to existing structural steel support members in 2A Second Floor Ceiling and level below to support floor mounted C-Arm and optional gantry mounted CT. Review and addition to existing structural steel support members in 3A Third Floor (OR#11) Ceiling/Roof structure / columns below to support C-Arm tether or related equipment for the Hybrid OR Suite, relocation/redistribution of Airflow distribution, ceiling mounted booms and related equipment The Government intends to award a negotiated Firm Fixed Price Contract. All potential offerors must provide an SF 330 containing all required information listed below; and adhering to the format for GSA Form SF330 as described on the website http://www.gsa.gov/portal/forms/download/116486. This requisition is 100% set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB); the NAICS code is 541310 with a small business size standard is $7.5 Million. This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.602 and Veterans Administration Acquisition Regulation (VAAR) 836.6. All respondents must be registered in SAM (www.sam.gov) and certified in Vet Biz (www.vetbiz.gov) at time of submission of qualifications. A copy of the offeror's CVE certification letter must be included in the package. Offerors that do not meet these qualifications will be deemed unresponsive and ineligible for evaluation and/or award. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) electronic CD copy of Parts I and II in the format found at http://www.acgov.org/pwa/documents/sf330.pdf. Submission packages must be received by the contracting officer no later than 1:00 PM on THURSDAY, AUGUST 16, 2018. All SF-330 submissions shall be clearly marked displaying the solicitation number and the Project Name: OR Hybrid Design ; and must be sent to: VA Pittsburgh Healthcare System 1010 Delafield Road Attention: William Matelan 90C-A Building 32 / Room 1A113 Pittsburgh, PA 15215 In addition to the SF 330's, offerors must include a cover sheet containing the following information: COMPANY NAME, ADDRESS, AND PHONE NUMBER / NAME AND EMAIL OF PRIMARY POINT OF CONTACT / NUMBER OF COMPLETED VA PROJECTS / SOCIO-ECONOMIC STATUS OF AND DUNS NUMBERS FOR CONTRACTOR AND ALL PROPOSED CONSULTANTS / TAX ID NUMBER. The submission must also include a copy of the firm's CVE Certification Letter and a copy of the current SAM registration. Electronic submissions are NOT permitted. Personal visits by A-E firms, for the purpose of discussing this announcement or the submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. SELECTION CRITERIA: The VA will use the following criteria when reviewing the SF 330 received. If a submitting firm fails to meet these criteria they will be deemed non-responsive and shall be rated accordingly. Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 will be used. The following three (3) factors are more important than the other five (5) factors and are of equal weight among themselves: Professional Qualifications to Perform the Services Required Specialized Experience and Technical Competence Past Performance The remaining five (5) factors are of equal weight among themselves. 1. Professional Qualifications to Perform the Services Required: This factor is intended to evaluate the personal experience of team members who work in the firm's project office and are scheduled to be assigned to the design team for the project. The key positions should include Project Managers, Quality Assurance Managers, Architectural Design, Interior Design, Civil Engineers, Electrical Engineers, Structural Engineers, Mechanical Engineers, Fire Protection Engineers, and Environmental Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2. Specialized Experience and Technical Competence: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract (refer to the attached Statement of Work). Ensure the projects listed were completed by the firm as the prime contractor and not as a subcontractor or projects completed by key personnel while employed by another firm. 3. Past Performance: This factor considers each offeror s recent and relevant record of performance. This factor evaluates the past performance information provided by the AE firm as well as performance appraisals on file in the Past Performance Information Retrieval System (PPIRS). 4. Capacity to Accomplish Work: This factor evaluates the ability of the A-E firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. 5. Geographical Location: This factor evaluates the distance from the A-E firms design office to the location of the project. The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. NOTE: Distance will be driving distance measured from the VA Pittsburgh Medical Center, University Drive, Pittsburgh PA. 6. Reputation of Firm and its Principle This factor used past performance information to evaluate the AE firm s professional performance and management practices of the in-house personnel and subcontractors that are to be assigned to this contract 7. Record of Significant Claims This factor evaluates the individual AE firm s record of claims filed against it for errors and omissions. 8. Specific Experience and Qualifications of proposed members working on projects as a Team: This factor evaluates the individual AE firm s experience of the in-house personnel and subcontractors that are to be assigned to the AE team performing under this contract and their record of working together as a team. All documents submitted MUST BE PRINTED "DOUBLE-SIDED" as per FAR 52.204-4(b): "In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standards specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government. " THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Requests for a solicitation will not receive a response. No material will be issued and no solicitation package or list will be issued. Personal visits and phone calls to the facility to discuss this announcement will not be permitted. A solicitation will only be issued to the most highly qualified vendor. Submissions that fail to follow the guidelines above will be considered unresponsive 6. POINT OF CONTACT: Bill Matelan William.matelan@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418R0645/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418R0645 36C24418R0645.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4488277&FileName=36C24418R0645-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4488277&FileName=36C24418R0645-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418R0645 36C24418R0645.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4488277&FileName=36C24418R0645-000.docx)
- Record
- SN04995356-W 20180719/180717231209-41a84949248033d96f9729298039d2ed (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 |