Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2018 FBO #6221
SOLICITATION NOTICE

C -- Construct New Community Living Center CLC A/E Project 595-601

Notice Date
12/3/2018
 
Notice Type
Synopsis
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
ZIP Code
17042
 
Solicitation Number
36C24419R0020
 
Response Due
1/11/2019
 
Archive Date
1/26/2019
 
Point of Contact
melvin.moore2@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is for the selection of an Architect-Engineer (AE) for the Construct New Community Living Center (CLC) Project. The location of the project will be at the Lebanon Veterans Administration Medical Center, 1700 S. Lincoln Avenue, Lebanon, Pennsylvania. The Government intends to award a Firm Fixed Price Contract. All potential offerors must provide a SF 330 containing all required information listed below. The form format must be the General Services Administration SF 330 found on the website http://www.gsa.gov/portal/forms/download/116486 Forms Library. CONTRACT INFORMATION: The project consists of a highly qualified professional Architect/Engineer (A/E) firm to provide services and develop all Space Programs, Schematic Design, Design Development, Construction Documents, Construction Administration Services, Technical Specifications, Cost Estimates and Permits Procurement for the Construction of a New Community Living Center (CLC) that involves the following details: Provide a full set of construction documents of single story villas for the inception of a community living center with residential appeal. Villas shall support a progressive living style with state of the art amenities and finishes with care design solutions. The landscape plan shall reflect the needs of a healthcare environment. It shall be aesthetically pleasing, reflect seasonal changes, be safe for patients, and be easily and inexpensively maintained. The landscape design shall provide a framework for the natural environment, in lieu of a framework for the building. This is the phase of facility development process where landscape elements are integrated with or into the facility to complete the project. Adopt a landscape theme based on the regional character and historical and cultural significance of the facility. The CLC shall provide a communal area with a Towne Center theme to facilitate residents from all villas. Towne Center shall provide a multipurpose room, Chapel, visiting room, social living area, gym/restorative care, storage, barber/salon, admin/soft landing area, nurse manager station, communal kitchen, art room, activity space, movie theater, game room, café, library, quiet room, and an area to accommodate a greenhouse and patient gardens. Villas shall include residential living areas for socialization, area for food preparation, storage for supplies, wheelchairs, motorized wheelchairs, and equipment, private family visitation area, dining area, and a courtyard. The villas shall incorporate single bay residential style garage equipped for loading Veterans with varying disabilities and illnesses into a vehicle. The CLC will be detached from the main hospital and located in the west lawn area vicinity, an area that extends from Lincoln Avenue and ends between Building 1 and Building 17. Redirection of the current roadway may be necessary. The design shall explore options to integrate with Buildings 1 and 17 via sidewalks and/or covered walkways. The approach shall consider expansion for future living quarters for up to 70 individuals. Utility, security, and IT infrastructure shall be provided. Provide a secure and psychological safe courtyard. If not in this phase, then should be able to easily incorporate in the following phase(s). Design and construction work will be coordinated with other active projects at the Medical Center. Other options as determined by design meetings for efficient delivery of service. All work under this contract shall meet the requirements of the latest versions of the VA Office of VA Building Information Modeling (BIM) Manual, and associated industry standards including, but not limited to, VA Drawing Deliverable Requirements, VA Space Planning Criteria, Health Insurance Portability and Accountability Act, VA Physical Security Standards, Site Development Design Manual Requirements, Small House Design Guide, Architectural Design Manual Requirements, and all National Fire Protection Association (NFPA) Life Safety Code Requirements. The contract award will incorporate the attached Scope of Work. Expected AE services will require: Title I Site Investigation Services, Title I - Design Services, and Title II Construction Period Services. This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Veterans Administration Acquisition Regulation (VAAR) 836.6. A minimum of three most highly qualified firms will be selected for presentations based on demonstrated competence and qualifications for required work. This solicitation is set-aside 100% for Service Disabled Veteran Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310. The small business standard is $7.5 million dollars. SUBMISSION REQUIREMENTS: Interested firms having the capabilities and the necessary qualified experience 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 no later than: 1:00 pm on January 11, 2019. All SF330 submittals must be sent to the attention of: Lebanon VA Medical Center Attention: Melvin Moore Contracting Building 99 1700 S. Lincoln Avenue Lebanon, PA 17042 Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of melvin.moore2@va.gov Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet Number Tax ID Number The e-mail address and phone number of the Primary Point of Contact A printed copy of the firms VetBiz Registry A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime. A copy of the firm s Pennsylvania State Licensure for the SDVOSB Prime or a statement indicating how the provided drawings will be sealed by a PA licensed Engineer. A statement indicating what office the AE firm will utilize as its primary design office Special Note: An AE firm failing to provide any of the documentation detailed in the Presolicitation Notice may be determined as Non-Responsive and may not be considered. In order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting, all firms submitting SF 330 s for this Presolicitation Notice are required to indicate what percentage of the cost of contract performance will be expended by the Prime A-E firm s employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). A/E EVALUATION CRITERIA Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified will be compiled on a shortlist of candidates who will be contacted for an interview. The Professional Qualification, Specialized Experience and Past Performance factors are significantly more important than the other five (5) factors and are of equal importance. The remaining five (5) factors which are listed are of equal importance between themselves. The following evaluation criteria shall be used to evaluate firms and determine the most highly qualified firm for possible contract award. Professional Qualifications necessary for satisfactory performance of required services: This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Architectural 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. All key team members shall have experience working on projects similar to the type (size and scope) anticipated under this contract. Specialized Experience and Technical Competence in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar in type (size and scope) to those anticipated for this contract. The project will consist of constructing a new community living center. This project will include residential like spaces and community areas. Extra consideration shall be given for experience with the Small House Model Design, the Green House Project, and the Eden Alternative. Past performance on contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. This factor shall be evaluated based on the information provided by the AE on projects similar type (size and scope), performance appraisals on file with CPARS/PIPRS and the Department of Veterans Affairs, and contact with personnel listed in the SF 330 regarding past performance as well as board members personal knowledge of the firm. Projects submitted or utilized for past performance will be evaluated for currency (within seven years of this announcement) and reviewed for Relevancy. Project will either be rated as relevant or not relevant. Capacity to accomplish the work in the required time: 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 as well as the firm s ability to handle multiple projects at once. Location in the general geographic area of the project and knowledge of the locality of the project: This factor evaluates the distance from the A/E firms design office from the location of work (Lebanon VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. Reputation and standing of the firm and its principle officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Offerors to include letter with submission indicating the number of claims filed for errors and omissions within the previous three (3) years prior to the due date of the Standard Form 330 s. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Service Disabled Veteran Owned Small Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company registration. Additionally, any potential awardees must also be registered in the System For Award Management (SAM). Registration can be accomplished by visiting www.sam.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-DEC-2018); 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/PiVAMC646/36C24419R0020/listing.html)
 
Record
SN05164948-F 20181205/181203230015 (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.