DOCUMENT
C -- Build Fluoroscopy Equipment Room - Attachment
- Notice Date
- 10/22/2019
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24220Q0054
- Response Due
- 11/22/2019
- Archive Date
- 2/29/2020
- Point of Contact
- Gina Paveglio
- E-Mail Address
-
Contracting Specialist
(gina.paveglio@va.gov)
- Small Business Set-Aside
- Total 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 U.S. 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 631-CSI-405, Build Fluoroscopy Equipment Room. This Project will renovate and install equipment in Building No. 200, Room E0-2 at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. 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 $8.0 Million. Magnitude of Construction is between $250,000.00 and $500,000.00. This is a 100% Small Business Set Aside (SB); in accordance with 48 CFR § 52.219-6. The anticipated award date of the proposed A/E Contract is on or before December 30, 2019. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Small Business (SB) set aside, you are verifying your company meets the status requirements of a SB concern as established by 13 CFR 121. SCOPE OF SERVICES REQUIRED On Project No. 632-CSI-405, the A/E shall perform a complete survey to the existing conditions and provide recommendation list to the VA for review; upon approval the A/E will develop designs and prepare the 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. The Project will comply with VA-adopted codes and standards including VA Directives. Design Manuals, Master Construction Specifications, Design Criteria and other Guidance may be accessed in the Technical Information Library (http://www.cfm.va.gov/til/). LOCATION Building 200N, Room E0-2, VA Medical Center Northport, 79 Middleville Rd., Northport, NY, 11768 COST RANGE Estimated Magnitude of Construction Cost Range: Between $250,000.00 and $500,000.00. 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: Receive Notice to Proceed (NTP) TBD Submit authorization request for site survey not later than 7 calendar days after award Deliver Schematic Review material (100% complete) not later than 21 calendar days after award Review Schematic Review material (100% complete) on or about 42 calendar days after award Deliver First Review (DD) material (35% complete) not later than 63 calendar days after award Review First Review (DD) material (35% complete) on or about 77 calendar days after award Deliver Second Review (CD) material (100% complete) not later than 105 calendar days after award Review Second Review (CD) material (100% complete) on or about 119 calendar days after award Deliver Final Bid Documents not later than 140 calendar days after award Bid Opening Date (Estimated) 168 calendar days after award Construction Contract Award (Estimated) 189 calendar days after award Construction Completion (Estimated) 385 calendar days after award 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: Exact number of calendar days to complete construction is to be determined by the A/E firm upon design completion. 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 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 Announcement, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Announcement. 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 #2), including contract and point of contact information for the respective projects. A/E follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires are to be submitted directly to the government point of contact, VA Contract Specialist, Gina Paveglio, via email at: gina.paveglio@va.gov prior to or by deadline 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 shall be attached to the SF330, behind the SF330 Part II document, and will not be counted as part of the 30-page limitation. (5) LOCATION A/E's proximity to VA Medical Center Northport NY, 79 Middleville Rd., Northport, NY, 11768, is an evaluation criterion. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the A/E firm's design office or offices location is 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 A/E 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 A/E 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 A/E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS Notice of Total Small Business Set-Aside (JAN 2019) (DEVIATION 2019-O0003) (a) Definition. Small business concern, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. (1) For a contract at or below the simplified acquisition threshold, a small business concern may provide the end item of any firm. For a contract exceeding the simplified acquisition threshold, a small business concern that provides an end item it did not manufacture, process, or produce, shall (i) Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas; (ii) Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and (iii) Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery. (2) Paragraph (d)(1) of this clause does not apply to construction or service contracts. (End of clause) SUBMISSION REQUIREMENTS Qualified Small Business firms are required to submit Three (3) hard/paper copies of SF330 (most recent can be downloaded from www.gsa.gov/forms) and one (1) compact disc (CD), which contains digital copies of their completed SF330. All packages shall be submitted no later than 15:00 ET, November 22, 2019, including Past Performance (CPARS) evaluations or questionnaires (Attachment 1) and SF330 submission. All submittals must be sent to the attention of: Gina Paveglio VA Contract Specialist VA Medical Center Northport 79 Middleville Rd., Bldg. 10, Rm.216L Northport NY 11768. 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 Contract Specialist 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 gina.paveglio@va.gov. Telephone inquiries will not be honored to maintain integrity of the process and provide fair and equal treatment of prospective responders. 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. -END-
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24220Q0054/listing.html)
- Document(s)
- Attachment
- File Name: 36C24220Q0054 36C24220Q0054.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5197258&FileName=36C24220Q0054-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5197258&FileName=36C24220Q0054-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24220Q0054 36C24220Q0054.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5197258&FileName=36C24220Q0054-000.docx)
- Place of Performance
- Address: 79 Middleville Road;Northport;New York
- Zip Code: 11768
- Zip Code: 11768
- Record
- SN05479972-W 20191024/191022230602-95f63d284bc5c493caa0f716dfb6c24b (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 |