Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2019 FBO #6267
SOURCES SOUGHT

C -- Renovate and Expand PACU

Notice Date
1/18/2019
 
Notice Type
Synopsis
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;Network Contracting Office - 2;Canandaigua VAMC;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
36C24219Q0235
 
Response Due
2/15/2019
 
Archive Date
5/16/2019
 
Point of Contact
victoria.clark6@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 526-19-125 Renovate and Expand PACU. This Project will renovate and expand the Post Anesthesia Care Unit (PACU) at James J. Peters VA Medical Center, 130 W Kingsbridge Rd. Bronx, NY 10468. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7.5 Million. Magnitude of Construction is between $1,000,000.00 and $2,000,000.00. This is a 100% Service Disabled Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2019. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to 48 CFR 852.219-10): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service disabled veteran-owned small business concerns. In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns 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). SCOPE OF SERVICE REQUIRED 1. Contract Title: A/E services will include but are not limited to Demolition, Architectural, Environmental, HVAC, Plumbing, Mechanical, Electrical, Sprinkler, Fire/Life Safety, Security (panic alarms and security cameras), Signage, and Communication (telephone and data), as well as other design considerations to completely renovate approximately 4,000 square feet of the 2A Wing of Building 100, Main Hospital at the James J. Peters VA Medical Center, 130 W Kingsbridge Rd. Bronx, NY 10468. 2. Background: This design is required for the renovation and expansion of the Post Anesthesia Care Unit (PACU) at the James J. Peters VAMC. The layout should be designed to increase the amount of recovery bays, create larger and/or more recovery rooms, a larger ADA compliant bathroom, code complaint soiled and clean utility rooms and other support spaces allowable by the design guide that the users might require. Programming to be coordinated with the users to create a layout that will meet their requirements and is efficient for their workflow, but will still follow the above-mentioned design guide. 3. Scope: The A/E shall perform a complete survey & evaluation to the existing conditions and provide recommendation to the VA for approval, upon approval the A/E will develop and prepare complete construction document package with bid alternatives that can be readily identified and listed in the procurement documents. The A/E shall provide construction period services and post-construction services for the project. 4. Specific Tasks: A/E services will include but are not limited to Demolition, Architectural, Environmental, HVAC, Plumbing, Mechanical, Electrical, Sprinkler, Fire/Life Safety, Security (panic alarms and security cameras), Signage, and Communication (telephone and data), as well as other design considerations to completely renovate approximately 4,000 square feet of the 2A Wing of Building 100, Main Hospital, at the James J Peters VA Medical Center for the renovation and expansion of the Post Anesthesia Care Unit (PACU) department. The A/E services will include but are not limited to various phases of design starting with a site survey and a feasibility design analysis. After acceptance of the feasibility study the A/E will follow through with working drawings and construction specifications. 1. Follow all requirements outlined in the Surgical and Endovascular Services Design guide: https://www.cfm.va.gov/til/dGuide/dgSurg.pdf 2. Programming to be coordinated with the users to create a layout that will meet their requirements and is efficient for their workflow, but will still follow the above-mentioned design guide. 3. Layout should be designed to increase the amount of recovery bays, larger and/or more recovery rooms, a larger ADA compliant bathroom, code compliant soiled and clean utility rooms and other support spaces allowable by the design guide that the users might require. 4. Phasing shall be considered based on the need to keep the current PACU operational at all times. 5. All areas are to be designed to be ADA accessible. 6. Coordinate with the VA COR designing an adjacent project for footprint of renovation area. 7. The A/E shall develop an appropriate phasing and coordination plan for construction and develop an infection control plan as outlined in the VA Infection control policy 00-148. (See Attached Policy). In addition, the contractor shall provide a detailed Infection Control Drawing. The drawing shall outline construction barriers and detailed requirements for exhaust negative pressure. 8. The A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall also be provided on AutoCAD Version 2014 and Autodesk Revit 2017, on CD ROM with a minimum of 700 mb capability. All CD s shall be furnished by the A/E. The A/E shall provide the VA Master Construction Specifications in the current version of Microsoft Word format. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6298. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates should reflect 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate. LOCATION James J. Peters VA Medical Center COST RANGE Estimated Construction Cost Range: Between $1,000,000 and $2,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from (NTP) TBD Deliver concept/preliminaries review material to CO 20 calendar days from NTP Review concept/preliminaries with CO 25 calendar days from NTP Deliver 35% Schematic Review Material 50 calendar days from NTP Review 35% Schematic Review Material 65 calendar days from NTP Deliver 65% Design Review Material 95 calendar days from NTP Review 65% Design Review Material 110 calendar days from NTP Deliver 95% Design Review Material 150 calendar days from NTP Review 95% Design Review Material 165 calendar days from NTP Deliver 100% Final Review Material 185 calendar days from NTP Review 100% Final Material 190 calendar days from NTP Deliver 100% Final Bid Documents 200 calendar days from NTP The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA/DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Attn: Victoria Clark, via email at victoria.clark6@va.gov, prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document LOCATION The A/E Firm proximity to the James J. Peters VA Medical Center, 130 W Kingsbridge Rd. Bronx, NY 10468 is an evaluation criteria This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address(es) and distance of your closest office to the address listed below. (6) Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL eight (8) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. SUBMISSIONS THAT FAIL TO FOLLOW THE GUIDELINES ABOVE WILL BE CONSIDERED "UNRESPONSIVE" LIMITATIONS VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (i) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00PM EST February 15, 2019 including Past Performance (CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of: Mail (1) CD to: Victoria Clark-Contract Specialist RE: 526-19-125 Renovate and Expand PACU 400 Fort Hill Ave Building 34, Room 146 Canandaigua, NY 14424 Mail (2) Hard Copies to: David Ng Project Engineer RE: 526-19-125 Renovate and Expand PACU 130 W Kingsbridge Rd. Bronx, NY 10468 ____________________________________ The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; 3. The e-mail address and phone number of the Primary Point of Contact and; 4. A copy of the firms CVE verification The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to victoria.clark6@va.gov telephone inquiries will not be honored. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-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/spg/VA/CaVAMC532/CaVAMC532/36C24219Q0235/listing.html)
 
Place of Performance
Address: James J Peters VAMC;130 W Kingsbridge Rd;Bronx, NY 10468
Zip Code: 10468
Country: US
 
Record
SN05198398-F 20190120/190118230009 (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.