Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2019 FBO #6266
SOURCES SOUGHT

C -- Seismic Study and Investigation 534-18-105, Correct Structural Seismic Deficiencies Bldg. 1 & Seismic Design Bldg.1

Notice Date
1/17/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36E77619Q0023
 
Response Due
1/31/2019
 
Archive Date
4/1/2019
 
Point of Contact
William.henkel@va.gov
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes this Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking qualified Architect-Engineering (A-E) firms to provide professional A-E Services for a Seismic Study and Investigation for the project Correct Structural Seismic Deficiencies to the Medical Center (Building 1) located at the Ralph H Johnson VA Medical Center (VAMC) in Charleston, South Carolina. Additionally, The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking qualified Architect-Engineering (A-E) firms to provide professional A-E Services for the Design of Correct Structural Seismic Deficiencies to the Medical Center (Building 1) located at the Ralph H Johnson VA Medical Center (VAMC) in Charleston, South Carolina. The design is dependent on the results of the study. ***Note: The Seismic Study and Investigation and the Design of Correct Structural Seismic Deficiencies to the Medical Center (Building 1) would be conducted in two sperate procurements. The contractor awarded the study would not be able to participate in the procurement for the design.*** PROJECT DESCRIPTION: STUDY: This project provides Services for Seismic Study and Investigation at the South Carolina VA Medical Center. Professional Architect/Engineer (AE) and healthcare planning services are necessary to perform a thorough, detailed, and comprehensive structural evaluation for a seismic study (up to and including Tier III) of the Ralph H. Johnson VA Medical Center (VAMC) located at 109 Bee Street, Charleston, SC, 29401. The final report shall identify existing seismic deficiencies throughout the Medical Center and recommend a seismic retrofit solution, following protocols in VA Seismic Design Handbook, H-18-8, and ASCE 41-17,. The contractor shall provide a report detailing preparation of existing Conditions and Conceptual Alternatives. This shall include preparation of existing conditions plan and conceptual concepts which includes site investigation for structural and seismic elements. Assessment of architectural, conveying equipment, mechanical, plumbing, fire protection, electrical, electronics/security, telecommunications, healthcare technology systems and devices as they relate to structural/seismic bracing and systems coordination shall be provided. __________________________________________________________________________________ DESIGN: The A/E shall perform a preliminary review and response to the Seismic Study performed in 2019 on Building 1. The study/report shall be utilized as a design tool ; it will be inclusive of any existing seismic structural deficiency. Additionally, available documentation shall  be provided that includes all relevant seismic calculations and computer models used for the 2019 analysis.   The Study shall be utilized,as applicable, as a basis for the retrofit structural design solution. The Study should be accompanied by all documentation of extensive site investigation efforts and findings for review and application by the design agent.  The construction documents shall include final construction details for corrections of all of seismic structural and non-structural deficiencies.   To reiterate: design of all seismic remediation of identified structural deficiencies shall also include code compliant seismic bracing for non-structural utility infrastructure and equipment found during the documented investigation and in any further investigations.   The A/E (Architect/Engineer) process is divided into two contract portions: Design Development (DD) and Construction Documents (CD). The preliminary site survey work (such as verifying as-built drawings, field investigations, and analyzing utility systems for compliance) shall be accomplished in conjunction with the review of the 2019 report; work that is required prior to any design development. Design Development (DD) will involve feasibility studies, seismic analysis through models and calculations, an expert review by third party, assessment of utility systems and impact to existing systems and medical center operations, infection control assessment during construction, detailed construction estimate, and construction schedule. Construction Documents (CD) will include recommendations, structural requirements, utility modifications, VA accessibility requirements, patient and staff flow, existing affected finishes and spaces, safety code compliance, infection control assessment recommendations, signage and applicable design guides, scheduling, phasing, and specifications.   Construction will be phased to minimize disruptions to the operations of the Medical Center.   The design shall ensure compliance with current VA standards and all other applicable codes and criteria.   Value engineering is encouraged and shall be noted at each design review.   Submissions and estimates are expected at the DD1, DD2, CD1, and CD2 design stages PROCUREMENT INFORMATION: The proposed Seismic Study and Investigation will be a competitive, firm-fixed-price contract utilizing FAR 36 A-E Services and the Brooks Act. This notice is to determine if there are qualified Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) concerns that are capable of completing this project. The type of socio-economic set-aside will depend upon the responses to this notice and any other information gathered during the market research process. The North American Industry Classification System (NAICS) code 541330 (size standard $15.0 million) applies to this procurement. The duration of the study is currently estimated at 168 calendar days from the issuance of a Notice to Proceed. The design is dependent on the results of the study and will not be procured until the study is completed. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement in the following format: Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email. Section 2: Provide company business size based on NAICS code 541330 Engineering Services. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners and potential teaming partners. Section 3: Provide the Offerors headquarters location and any/all branch office locations. Section 4: Provide a Statement of Interest in the project. Section 5: Provide the type of work your company has performed in the past in support of the same or similar requirement. Please provide the following in your response: No more than three (3) contracts that your company has performed within the last five (5) years that are of comparable size, complexity, and scope to this requirement. Include the project name, project owner and contact information as this person may be contacted for further information, project scope, project size (Example: square footage), building use (Example: Medical Facility, Office Building, etc.), project dollar value, start and completion dates. Describe specific technical skills and key personnel your company possess to perform the requirements described under description of work. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Describe Self-Performed work in terms of dollar value and description. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. Section 6: Provide the offeror s current workload and availability of adequate staff to manage and complete this project within the period of performance outlined under procurement information. It is requested that interested contractors submit a response (electronic submission) of no more than 6 single sided pages, single-spaced, 12-point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company s name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Submissions (responses) shall be submitted via email to the primary point of contact listed below by January 31, 2019 EST. 4:30 pm No phone calls will be accepted. Respondents must specify if they are responding to the Design or the Study portion of this sources sought notice. The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. Contracting Office Address: VA Program Contracting Activity Central (VHA-PCAC) 6150 Oak Tree Blvd. Suite 300 Independence, OH 44131 Primary Point of Contact: William Henkel, Contract Specialist William.henkel@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JAN-2019); 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/notices/25aeb11a2a65a1afdd5b6ee6c13d096f)
 
Place of Performance
Address: 109 Bee St;Charleston, SC 29401
Zip Code: 49401
Country: USA
 
Record
SN05197234-F 20190119/190117230020 (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.