Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2019 FBO #6295
SOURCES SOUGHT

C -- Renovate/Expand 47-Bed Domiciliary Pod C, Bldg 502 (VA-19-00028887)

Notice Date
2/15/2019
 
Notice Type
Synopsis
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 306A;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
36C24519R0028
 
Response Due
3/6/2019
 
Archive Date
6/13/2019
 
Point of Contact
Kathryn Leatherman kathryn.leatherman@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs Medical Center (VAMC), 510 Butler Avenue, Bldg. 306A, Martinsburg, WV 25405 requires Architect Engineering Services to design Project number 613-124 Renovate/Expand 47 Bed Domiciliary C Pod and Replace Air Handling Units at the Martinsburg VAMC, 510 Butler Avenue, Martinsburg, WV 25405. This project provides a complete renovation and replacement of the HVAC system of an approximately 20,000 s.f. single story domiciliary and courtyard that is 30 years old. The courtyard of the Domiciliary is 3770 SF. Renovation and expansion of up to 5,000 SF will create 28% of the beds in one-bed rooms with private baths and expand the bed count on this Pod to 57. The renovation will include updated finishes, systems replacement and floor plan changes to reflect the current standards of care. This renovation/ expansion will enhance patient and women's privacy with single bed rooms with private baths. The size of the single unit within the project will be determined in the Schematic stage. The remainder of the bedrooms will be two-bed rooms with private baths. The number of occupants will increase to 57 and the exact number of one-bed units and two-bed units will be determined during the 15% Preliminary Design stage. The estimated construction cost range is between $5 million and $10 million. Contract will include Design Phase (includes: Kick off meeting, three (3) design review meetings at 30%, 60%, and 95%) and Construction Phase (includes: Submittal Reviews, Inspections, and As Built Drawings). This requirement is 100% Total Service Disabled Veteran Owned Small Business Set-Aside. Any subsequent award will require firms to be registered in System for Award Management (SAMS) www.sam.gov and Vetbiz https://www.vip.vetbiz.gov/ as a Service Disabled Veteran Owned Small Business. Eligible prime contractor firms must have a working office located within 250 miles of the VAMC Martinsburg, WV 25405. This distance is determined according to www.randmcnally.com. Only SDVOSB Firms currently verified in the Veterans Information Pages (VIP) at www.vetbiz.gov are eligible to submit bids/offers. SDVOSB Firms that submit bids/offers on SDVOSB set-asides that are not listed on VIP will be deemed nonresponsive (IFB) or technically unacceptable (RFP/RFQ). The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services and 541330 Engineering Services. NAICS Codes 541310 and 541330 both have a Small Business size standard of $4.5 million. The A/E selection criteria shall include the following elements, listed in order of importance or merit. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. PROFESSIONAL QUALIFICATIONS 1. Resume of each team member 2. Designers of record and their discipline 3. Reputation and standing of the firm principal officials with respect to professional performance, general management philosophy. 4. Specific experience and qualification of personnel/team proposed for assignment to the project and their record of working together as a team. 5. Proposed management plan and design development process. 6. Proposed approach to estimating construction costs. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE 1. Narrative of up to 10 relevant projects completed within the last five years that illustrates overall team experience. 2. General list of healthcare projects in last 5 years by team members. 3. Experience in domiciliary design, renovation, associated logistics. 4. Experience in energy conservation/sustainability. PAST PERFORMANCE 1. Specific cost control measures utilized in Factor II submitted projects. 2. Quality control process(es) utilized in Factor II submitted projects. 3. Performance schedules challenges and compliance in Factor II projects. 4. List relevant projects constructed within last 10 years with original budget, final budget, final estimate, construction contract, total change orders 5. Projects demonstrating experience working with Government entities 6. Copy of performance evaluations and owner points of contact. 7. Included evaluations for projects in Factor II.1.&2 above. ORGANIZATION, MANAGEMENT AND QUALITY CONTROL 1. Firm's organization and management proccess for this contract 2. Quality control program for this contract with name of person responsible for QA/QC and person responsible for technical/constructability review (provide examples, checklists). 3. Ability to handle other projects for multiple clients with varyng types of project requirements and technical challenges 4. Team's organization for this contract (provide organization chart that identifies overall relationship and lines of authority of the team) CAPACITY 1. Available resources to accomplish task orders on time sensitive schedules 2. Process controls proposed for keeping team members on schedule. 3. Describe experience in delivery of projects on a time sensitive schedule 4. Current contracts greater than $20,000 5. Current workload and availability of the team LOCATION 1. Geographical location from Martinsburg, WV VA hospital and knowledge of locality LITIGATION AND INSURANCE 1. Record of significant claims against the firm and team members THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. The socio-economic set-aside associated with this advertisement is 100% Total Service Disabled Veteran Owned Small Business Set Aside. Therefore, this acquisition is open to all firms meeting the qualifications under the associated NAICS code as registered in SAMS and Vetbiz. Qualified A/E firms are required to submit FOUR (4) hard copies of their entire completed SF Form 330 packages as well a CD copy; SF330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF330 package. All hard copy submissions must be bound in some manner. Submissions are limited to 75 pages, no photographs shall be submitted. Information shall be submitted no later than 3:00PM EST on March 6, 2019. Telephone inquires will not be honored. No faxed or emailed forms/submissions will be accepted. Mailed or hand carried submissions shall be sent to: Department of Veterans Affairs Medical Center, Attn: Kathryn Leatherman, SAO East VISN 5 Contracting, 510 Butler Ave, Bldg. 306A, Martinsburg, WV 25405. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more firms deemed most highly rated after initial source selection will be chosen for interviews. Shortlisted firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. 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. Award of any resultant contract is contingent upon the availability of funds. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-FEB-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/MaVAMC613/MaVAMC613/36C24519R0028/listing.html)
 
Record
SN05224052-F 20190217/190215230014 (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.