Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2019 FBO #6300
SOLICITATION NOTICE

C -- Upgrade Lighting Building 138 Project No. 542-19-111 Architect & Engineering Services

Notice Date
2/20/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA 19320
 
ZIP Code
19320
 
Solicitation Number
36C24419R0045
 
Response Due
3/21/2019
 
Archive Date
5/20/2019
 
Point of Contact
610-383-0202
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 6 of 7 ACQUISITION INFORMATION: The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A/E) services for Project No. 542-19-111, Upgrade Lighting Building 138. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A/E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. This project includes all necessary work to provide professional A/E services for the complete design and construction drawings, specifications, estimate, and construction period services for upgrade lighting in building 138 with the Department of Veterans Affairs (VA) requirements, industry standards and all applicable code requirements. All designs shall be accomplished in accordance with VA guidelines and VA master specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to Planetree and VA design guides. Information including drawings and other documentation provided to the A/E is used as reference only. A/E shall field verify all dimensions and specifications. GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work. Scope of Work: General: Develop working drawings and specifications, labor and materials to renovate for modernizing and improving lighting throughout building 138 which is a Live-In Community Living Center. The offeror shall be prepared to conduct thorough site investigations to verify existing conditions, all dimensions (existing and proposed) and constructability. Offeror shall be prepared to make floor plan changes, calculations, and documentation to support their design. Detail: This project involves renovation work such as demolition, replacement, upgrade, and retrofit of lighting, and supplying additional electrical power for these devices. Lighting shall be designed with consideration of NEC and Planetree parameters. Lighting shall utilize dimmers wherever necessary to consider live-in patient needs as in night-lighting, medical procedures, and safety. Conduit may be reused, but wiring and breakers must be replaced or installed new. Provide for emergency power at all times. Negative air machines shall run continuously through the construction and rooms will be sealed off during a phased construction as guided by the floor manager. Installation of architectural finishes and some custom interior design case work may be necessary. After hours work will be necessary. The A/E will develop working documents to Upgrade Lighting Building 138. A/E shall work within CVAMC budget constraints. The A/E will provide professional architectural and engineering services for the project to prepare the existing area throughout the building to include office areas, mechanical and environmental management spaces, storage, exterior to include patios and smoking areas, and common areas. Areas and equipment to be covered will include, but not be limited to, dining facility, kitchen area, foyers, common areas, nurse s stations, rooms, bathroom fixtures at sinks, showers, and rooms, and over-the-bed lighting. Dimmers will be added wherever functional. Specific attention must be paid to over the bed lighting to provide ample lighting for medical procedures. Phasing: Construction must allow for continuance of all hospital operations and services provided and coordinate with adjoining projects. Temporary lighting and power generation shall be provided when necessary, as well after-business hours work as dictated by the COR. Premium fixtures will be used with this project with consideration to budget, function, and maintenance. All items must go through the submittal process prior to acceptance. The Following Investigative Work shall also be included Within the Scope of this Project: Perform a Code analysis to ensure that the applicable Codes are being applied. Provide any civil, structural, architectural, electrical and mechanical investigative work necessary for properly designed and coordinated systems and elements. Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design. Take digital photos of site major features and connection points. Digital format must be compatible with VA software. VAMC Coatesville photo ID badges are required to be worn by all A/E personnel during all project site visits. Other: Complete review and analysis of contractor's project cost proposals. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the A/E shall, through the Contracting Officer's Representative (COR), request the Contractor to submit related components of a system before acting on a single component. The A/E may be required to hold joint reviews with the VA technical staff on complicated system submittals. The A/E shall notify the COR in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. Such responsibility shall be carried out with reasonable promptness as to cause no delay. Construction period site visits as required. Include ten (10) half-day visits, four (4) hours each for budget purposes. Reproduction costs - The cost of reproducing contract documents (drawings and specifications) and delivery to the VA Contracting Officer. Specifications should be spiral-bound (as made by GPC) with a clear plastic front cover and a back cover. Infection Control: The "Pre-Construction Risk Assessment (PCRA)" shall be completed and incorporated into the final construction documents. The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. Drawing Requirements: Submitted drawings must be completed in accordance with VA Design and Construction Procedures. Media submission CD compact disk requirements include: Drawings in AutoCAD 2014 format: font selection limited to "Bold.SHX" and "ROMANS.SHX", menu must be set to "ACAD.MNU" and drawing must be layered and named in accordance with approved VA layering guidelines. II. TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS: This article specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review. COR acceptance of each submission is required before proceeding to the next submission. The A/E shall complete the design within 120 days. Concept designs- The objective of this submission is to provide the VA with several concepts designs for the end users to review and select what works best for them. A Charrette meeting will be held with all end users before the concept design begins to gain information and ideas and then a review meeting will be held once concepts are complete to get input as to what works best for the facility 50% Construction Documents Review The objective of this submission is to provide the VA with project documents in sufficient detail to evaluate the design, its adherence to the project scope and the A/E's ability to interpret the design criteria and prepare biddable documents. 95% Construction Documents Review The objective of this submission is to provide the VA with construction documents which are substantially and technically complete, in the proper format, biddable, constructible, coordinated between all disciplines and adhering to the project scope for final review by the VA. 100% Construction Bid Documents Review The objective of this submission is for the VA to verify that all previous comments have been properly addressed prior to issuance of final bid documents. Final Submission of Construction Documents The A/E shall provide complete sets of documents and in quantities as required by the contract. III. CONSTRUCTION PERIOD SERVICE REQUIREMENTS: Review of Contractor's Cost Proposal: Review and evaluate cost proposals submitted by selected construction contractor(s) prior to contract award when requested by the Contracting Officer. The A/E shall provide written analysis of the cost proposal(s), specifically citing areas of excess cost (labor, materials, etc.) or omissions of key requirements of the contract. The A/E should reference and compare costs for items as listed in the A/E's final cost estimate. Review of Submittals: The A/E shall review all submittals (material submittals, shop drawings and test reports (if required), etc.) and return them to the Contracting Officer's Representative (COR) within 10 working days, or as otherwise required by the contract. Review of Change Order Requests and Requests for Information (RFI): The A/E shall respond promptly to all change order requests and requests for information as required by the contract. Site Visits: The A/E shall provide up to ten (10) half-days; four (4) hours each construction phase site visits including the final inspection when requested by the COR. (Also, the A/E shall include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR. Testing and Commissioning Responsibilities: The A/E will incorporate into their construction period of services any fees required for any third-party testing in regards to concrete testing, asbestos third party testing, etc. for the VA s testing specified  needs and any commissioning necessary during the construction phase and upon completion of the construction. The third-party test and commissioning companies will be agreeable by both the A/E and the VA before the approval of these companies by the VA. It is also necessary for the commissioning agent, agreed upon to be active with the actual designing of the systems, to accomplish a smooth and proper transition of the newly constructed area to the VA. A/E cannot act as their own commissioning agent. Along with the commissioning services, the selected A/E will also be responsible for obtaining and paying for third party Industrial Hygiene monitoring for the VA during any abatement services needed during construction. As-Built" Document Requirements: Drawings: The A/E shall update all AutoCAD Drawings to reflect as-built conditions, based upon mark-ups provided by the Contractor. The A/E shall provide two (2) complete set of paper as-built drawings and two (2) compact disks (CD) to the COR, each containing a complete set of as-built drawings in Adobe PDF format and a copy of all of the AutoCAD as-built files with "xrefs" bound and A/E title block information erased per A/E requirements. Specifications: The A/E shall update the complete set of specifications to reflect all changes issued. The A/E shall provide two compact disks (CD) to the COR, each containing this complete set of the final specifications in Adobe PDF format. V. EVALUATION CRITERIA: The A/E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance. Team Proposed for this Project and Background of Personnel Project manager Other key personnel Consultants Previous Experience of Proposed Team Project experience (Psychiatric Unit, Hospital, VAMC) At least two similar projects in size and scope Proposed Management Plan Design phase Construction phase Project Control Techniques planned to control the schedule and costs Personnel responsible for schedule and cost control Estimating Effectiveness Ten most recently bid projects Response Time RFI's, Submittals, Change Orders - Percentage in relation to total amount Prime firm Consultants Proposed Design Approach Architectural, structural, environmental, electrical, plumbing, mechanical Miscellaneous Experience & Capabilities Experience in NFPA 70E and 101 Life Safety Code Industrial hygienist VI. QUALIFICATION PROCEDURES: 1. A/E firms shall be registered in the System for Award Management (SAM) Database at www.sam.gov and www.vetbiz.gov. Please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A/E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. 2. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. 3. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. 4. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. 5. A/E firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541330 and size standard $15M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of Fiscal Year 19 funding. Magnitude of construction project estimate is between $250,000 and $500,000. VII. SUBMISSION INSTRUCTIONS: The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. Interested A/E firms shall submit two (2) copies of SF330 (8/2016 Edition) and one (1) CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VAMC, Contracting/Building 16, 1400 Black Horse Hill Road, Coatesville, PA 19320 by close of business (3:00 PM, EST), March 21, 2019. The SF330 form may be obtained through the General Services Administration at (https://www.gsa.gov/forms-library/architect-engineer-qualifications). Late proposal rules found in FAR 15.208 will be followed for late submissions. No telephonic, electronic, or fax submissions will be honored. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF-330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF-330, Part II is already on file. SF-330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF-330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. Submit only one SF-330, Part I from the Prime for the design team, completed in accordance with the SF-330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF-330. In block No.4, Part II, provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. In Section C of the SF-330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee and each resume shall not exceed one page. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. In Section H, of the SF-330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Evaluation Criteria, of this announcement. In Section H, Part I, SF-330, firms must show their last 12 months of Medical facility contract awards stated in dollars, provide an itemized summary of awards to include Agency Contract Number/Task Order No. Awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific evaluation criteria listed. In Section H, Part I, SF-330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. Personal visits to discuss this announcement will not be allowed. (End of Document) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-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/PiVAMC646/PiVAMC646/36C24419R0045/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
Zip Code: 19320
Country: U.S.A.
 
Record
SN05226805-F 20190222/190220230010 (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.