SOURCES SOUGHT
C -- 528A7-19-720 DESIGN REPAIR SPS DEFICIENCIES
- Notice Date
- 5/21/2019
- Notice Type
- Synopsis
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 02;2875 Union Road, Suite 3500;Syracuse NY 13212
- ZIP Code
- 14215
- Solicitation Number
- 36C24219R0125
- Archive Date
- 8/19/2019
- Point of Contact
- Nicholas.Winne@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- General The VA Medical Center, Syracuse, New York is engaging in a short-list selection as defined in FAR 36.602-5(a) for Architect and Engineering (A/E) Services for the design of a project titled: Design SPS Deficiencies. This procurement is 100% set-aside of Service Disable Veteran Owned Small Business (SDVOSB) A/E firms. SDVOSB Firms with an SF330 on file within the past twelve (12) months and within a 400 mile radius to the Syracuse VAMC are being considered. If you believe you have an SF330 on file and would like to be considered for this procurement please send an e-mail to Nicholas.Winne@va.gov expressing your interest in being considered. If your firm does not have an SF330 on file, OR you wish to update previously submitted SF330 s, please do so by emailing the Contract Specialist at Nicholas.Winne@va.gov by 4:00 PM EST, June 11, 2019. Standard Form 330s with appropriate data for this project must be submitted ELECTRONICALLY to the Contracting Officer no later than 4:00PM June 11, 2019 The estimated construction cost for this project is between $250,000 and $500,000. The NAICS code for this procurement is 541310 (Architectural Services). The small business size standard for NAICS 541310 is currently $7.5 million. This project will include but is not limited to the following: The A/E shall provide complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for VA Project #528A7-19-720 Repair the deficiencies in the Sterile Processing Service (SPS) areas within Syracuse VAMC. EXISTING CONDITIONS The Syracuse VA Medical Center located at 800 Irving Avenue, Syracuse NY has a requirement to repair the deficiencies within the SPS area. A/E SCOPE OF SERVICES The scope of this project requires a design to repair the deficiencies within the SPS areas (7246 SF) in order to fulfill the requirements of ISO 9001:2015 (standards for Quality Management Systems) -The Sterile Processing Service s main function is to ensure adequate and timely provision of properly cleaned, disinfected and sterilized semi-critical and critical Reusable Medical Equipment (RME) for all supported clinical procedures in the facility (ORs, DTRs, Specialty Procedure Rooms, etc.).- while performing in compliance with the VA Design Guide PG-18-12 285 Sterile Processing Service. The work in this project should include but no limited to, repair / replace noncompliant ceilings, floors and walls. Each is required to be made from a solid, seamless, cleanable impervious martial. Full separation of the cleaning scopes area and direct access to the Automated Equipment Re-processer (ARE) from preparation assembly area is required. Additional consideration to maintaining the pressure differential between the two areas must be noted. This project requires providing and installing a pass-through window from the scope storage area which contains a vented cabinet for the storage of high-level disinfected scopes.. Design services shall include initial conceptual drawings, 30%, 65%, 95%, and 100% drawings and specifications for review and approval, and 100% construction documents provided in multiple sized copies. A full scope of services will be included in the formal solicitation after a review of the SF330s The following evaluation criteria will be used when reviewing submitted SF330 data and will comprise the basis of information to be used by Syracuse VAMC for A/E evaluation and selection. Firms submitting SF330 data for consideration must address each of the following criteria in the SF330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board (1). Professional qualifications of the team proposed as specifically related to the requirements of this particular project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Resumes to include SDVOSB Owner(s), Project manager, Lead Architect, Lead Mechanical Engineer designer, Lead Electrical Engineer designer, Lead Fire Protection Engineer, and provide current professional registrations/certifications of person/people who will be stamping the drawings if not listed above. 2. Specialized experience of the team proposed for this project (technical competence in the type of work required with specific emphasis on experience related to work at hospital patient wards and VA Medical Centers). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. List who or whom will be doing field investigation on this project and their past experience and knowledge of the Syracuse VA Medical Center. 3. Past Experience/Past Performance: Provide prior prime contractor (SDVOSB) experience on projects (no more than 5) awarded within the last three years for work in existing medical facilities similar in size, scope and complexity to this project. Do not include designed, but not yet constructed, projects. Include the following information for each project listed: - Name, Address, Telephone Number, and Fax Number of a customer point of contact (POC) who would have the most detailed information about the AE's performance. - Project location, award date, original completion date, actual completion date, original contract award amount, final contract amount. Include names, addresses and phone numbers of subcontractors used. - Provide a narrative indicating lessons learned from these projects that will be helpful or applicable to SPS design. Indicate how these projects are similar in scope, design and complexity to SPS design. 4. Proposed Management Plan and Approach (management plan for the design phase and the construction phase as well as overall design philosophy). If firm is partnering with one or more subcontractors, describe experience that team has had working together on projects of similar scope, design and complexity to Renovate Correct deficiencies in a Sterile Processing Service (SPS). Describe how firm will approach a project of this magnitude from initial contract award to 100% design, how the team is constructed (and benefits of such an organization) and describe role of team in construction period services. Include detailed breakdown of work the prime will be accomplishing and the total percentage in relation to the total project. IF THIS IS NOT INCLUDED, YOUR PACKAGE MAY BE FOUND NONRESPONSIVE. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Capacity to accomplish the work in the required time; requirement to provide the 100% design no later than January 6th, 2020. (7) Estimating Effectiveness (construction estimate versus construction award amount: provide data/information on the ten most recently completed projects) and Project Control (describe techniques used by the A/E to control the schedule and costs and identify personnel responsible for these functions). For estimating effectiveness, Include only hospital projects in Upstate New York, VA work will be graded higher. Include who is responsible for quality control/quality assurance of drawings and how that process works with subcontractors. (8) Miscellaneous Experience and Capabilities (Interior Design, CADD, Revit & Other Computer Applications, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation Considerations, Energy Conservation and New Energy Resources, CPM and Fast Track Construction). (9) Awards and Recommendations (identify any awards received for design excellence). (10) Insurance and Litigation (identify the type and amounts of liability insurance carried and who the provider is. Identify litigation involvement over the past five years with resulting outcome). Discussions may be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-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/VAWNYHCS528/VAWNYHCS528/36C24219R0125/listing.html)
- Place of Performance
- Address: Syracuse VAMC;800 Irving AVE;Syracuse, New York
- Zip Code: 13210
- Country: USA
- Zip Code: 13210
- Record
- SN05318126-F 20190523/190521230024 (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 |