Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
DOCUMENT

C -- A/E Design to Construct CLC Neighborhood to Right-Size and Support Patient Privacy - Attachment

Notice Date
10/22/2019
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
36C24720R0005
 
Response Due
11/8/2019
 
Archive Date
2/15/2020
 
Point of Contact
Jason Kinchen
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 3 ARCHITECT-ENGINEERING (A/E) SERVICES: The Dublin VA Medical Center, Dublin, GA is seeking qualified A/E firms to furnish professional services for one project. The awarded A/E firm will prepare drawings and specifications in sufficient detail that qualified outside general contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E firm to minimize impact of the construction. The NAICS code for this project is 541330 with a revenue limit of $15 million. The SF 330 can be downloaded through the GSA Forms Library at http://www.gsa.gov/portal/forms/type/TOP type in SF 330 in the Find a Form block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR POPOSAL; NO SOLICITAION PACKAGE WILL BE ISSUED UNTIL AFTER A COMPLETE EVALUATION IS COMPLETED. Each project is 100% set aside for a service-disabled veteran-owned small business (SDVOSB) concern and the award of a firm fixed price for each project is anticipated. The NACIS code for these project s is 541330 with a revenue limit of $15 million in annual gross revenues averaged over the past three years. Interested parties shall insure current state licensing, shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov., verified as a SDVOSB in VetBiz information pages (VIP) at http://vip.vetbiz.gov and reporting to VETS 4212 program at https://ww.dol.gov/vets/vets4212.htm#howtofile. SDVOSB verification is mandatory to be considered for award. Offerors shall submit 330s electronically to jason.kinchen@va.gov. FIRMS SHALL SUBMIT SF 330s NOT LATER THAN 2:30 PM EST, THURSDAY, November 7, 2019. In addition to the submission of the SF 330, firms are required to provide the following supplemental information as part of a total submission package. Questionnaires. Firm is at risk of receiving a lower rating if fewer than three (3) Past Performance Questionnaires are received. Evaluation Factors: SELECTION CRITERIA: Selection will be based on the following criteria: PER FAR 36.602- Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s). (The firm and A/E on staff representing the project or signing drawings in each discipline must be licensed to practice in accordance with the Georgia State law requirements. Provide Professional License numbers and or proof of Licensure.) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience on similar projects) Capacity to accomplish work in the required time. (Provide firms experience with similar size projects and available capacity of key disciplines). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Government Past Performance Information Systems may be accessed) Location in general geographical area of the project and knowledge of the locality of the project; (SF 330 submittal should show your knowledge of the locality of the project.) The area of consideration for offers is a 400 mile driving radius between offeror principal business location and the Dublin VA Medical Center located at 1826 Veterans Blvd, Dublin GA, 31021. Offers outside the 400 mile radius will not be considered. (Determination of mileage eligibility will be based on www.mapquest.com). PER VAAR 836.602-1 Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The selected A/E must have previous experience in the design of high cost high tech medical equipment site prep within Medical Facilities. The A/E must provide documentation of at least three designs of new builds or renovations within Medical Facilities of equal scope and magnitude. The design experience submitted under this criterion must have been completed within the past three (3) years and must contain references with names, and phone numbers, and submitted along with the SF330. Firms will be evaluated by an A/E evaluation board, scored and ranked according to score. At a minimum three (3) most qualified firms will be invited to interview with the evaluation/selection board and will be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. This is not a request for proposal and not materials will be issued and no solicitation package or bidder/plan holder list will be issued. All questions regarding this announcement must be e-mailed to the contract specialist, Jason Kinchen at jason.kinchen@va.gov. A/E to provide services for preparation of design documents and construction period services for Construct Community Living Center Neighborhood to Right-Size and Support Patient Privacy, Project # 557-383, SCIP Project VHA7-557-2013-13893. The design must, at a minimum, be in accordance with all applicable codes (NFPA, JCAHO, UBC, and EPA) and Department of Veterans Affairs (VA) publications (Master Construction Specifications, Construction Standards, etc.). If any asbestos or lead paint abatement should become necessary, the design shall be done by a Certified Industrial Hygienist (CIH). The design and as-built documents shall bear the CIH name. All asbestos and lead paint abatement design shall incorporate the latest requirements of VA, federal, state, and local authority having jurisdiction. The project shall be designed to attempt to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004 ( if life-cycle cost effective).   Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings achieved by the design. Should a 30% reduction in energy consumption savings prove to be unattainable per life-cycle cost analysis, A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective. A Savings-to-Investment Ratio worksheet shall be provided with each design submittal to show energy savings. The following parameters shall be used for performing the analysis: 20 year life-cycle period for system comparison Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, EnergyPlus, etc. 3% Discount Factor All drawings and specifications shall be submitted by A/E to VA on computer disc at the completion of the project. Drawings shall be in AUTOCAD 2013 format, with an accompanying MS Word document that lists the drawing number and a description of the drawing s content in sufficient detail to identify it. Each individual Specification shall be submitted as a single MS Word formatted document. In addition to the individual Specification submittals, an overall document that compiles all Specifications into one, single-spaced document is also required. One additional disk containing electronic copies of all drawings in portable document format (.pdf) shall be submitted for the Contracting Officer s use. Project shall be designed to meet the prescribed VA Construction Budget, with sufficient Deductions to achieve a 20% reduction from that Budget. Should bids received come in over budget even after taking the Bid Deducts into account, it will be the A/E s responsibility to redesign the project to achieve the VA Construction Budget.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/36C24720R0005/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24720R0005 36C24720R0005_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5197424&FileName=36C24720R0005-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5197424&FileName=36C24720R0005-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Carl Vinson VAMC;Dublin, GA
Zip Code: 31021
 
Record
SN05479824-W 20191024/191022230530-e7094903359fddeba998e4556ced0b69 (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.