Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

C -- 693-20-102 | A&E Construct Chiller Plant | EDA: 01/12/21 | Current Milestone: Pre-Sol | Status: Pending COR's MRR (7/23/2020 LVS); Assembling Contracting's MRR (7/16/2020 LVS); CS reviewing package (7/6/2020 LVS); Assigned to CS

Notice Date
7/28/2020 6:51:29 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420R0091
 
Response Due
8/31/2020 1:30:00 PM
 
Archive Date
10/30/2020
 
Point of Contact
(717)304-9291, Lev Stowe, Phone: (717)228-5941
 
E-Mail Address
Lev.Stowe@va.gov
(Lev.Stowe@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
I. ACQUISITION INFORMATION: This A/E Services announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law [PL] - 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. In accordance with VAAR 852.219-10, this announcement is set-aside for firms classified as a Service-Disabled Veteran-Owned Small Business (SDVOSB) under NAICS code 541310, Architectural / Engineering services, with a size standard of $8M. It is anticipated that one contract will be awarded from this announcement by about July 2020. Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: The Wilkes-Barre VA Medical Center (CVAMC) in Wilkes-Barre, PA, is seeking Architect-Engineering (A/E) services to develop working drawings, phasing plans, infection control plans, contract specifications, and cost estimates for full and complete construction of Project No. 693-CSI-801, A/E New Toshiba CT Scanner. II. PROJECT INFORMATION (Scope of Work): A/E New Toshiba CT Scanner: This project consists of the Professional Design Services for the development of Construction Bid Documents and related Construction Period Services for the New Toshiba CT Scanner Project. The project area is located on the ground level of Building 1 on the campus of the Wilkes-Barre VA Medical Center. This project will renovate existing space in the Emergency Department to prepare site for installation of CT scan. Project shall include renovation work necessary to complete required renovations, including, but not limited to, demolition, new walls, new ceilings, lighting replacement, HVAC, plumbing, electrical upgrades, utility relocations, and new finishes. Work under this project will include architectural, structural, electrical, plumbing, mechanical/HVAC design, life safety and telecom, drawings and specifications. The A/E Services required are for site investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with the VA Project Manager and staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, and cost estimates for full and complete construction of this project. The A/E shall include a separate line item for an independent 3rd party Fire and Life Safety Code Review in accordance with VHA Directive 7712, Fire Protection Code Reviews of Delegated Construction Projects (link). Design will include the application of VA space criteria to provide for the proper program space, if needed. All designs must be in accordance with all applicable Federal, State and Local codes as well as the Department of Veterans Affairs (VA) publications (Master Construction Specifications, Space Criteria, Construction Standards, etc.). Work under this project may involve environmental considerations, such as lead paint and/or asbestos removal, which shall be addressed within the design and included within the Construction Bid Package. III. SELECTION CRITERIA: The A/E selection criteria for this acquisition is listed below in descending order of importance. Team proposed for this project; Background of the personnel Project Manager Other Key Personnel Consultants Proposed Management Plan; Team organization Design Phase Construction Phase Previous Experience of Proposed Team; Project experience Response Time; Prime Firm Consultants Specialized Experience and Technical Competence; Architectural, electrical, plumbing and mechanical design for large scale medical facilities. Design experience with site prep for Radiology equipment Project Control; Techniques planned to control the schedule and costs Personnel responsible for schedule and cost control Estimating Effectiveness; Five most recently bid projects Miscellaneous Experience and Capabilities; Experience in healthcare design Experience with VA patient-centered care or Planetree philosophy Experience in ADA Experience in NFPA 101 Life Safety code LEED certification Energy Conservation Interior Design IV. SUBMITTAL INSTRUCTIONS: Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541310. Where To Submit: Offerors shall submit all original proposals to: Lebanon VA Medical Center Contracting (125 Lev Stowe) 1700 S. Lincoln Ave. Building 99 Lebanon, PA 17042 Lev.Stowe@va.gov How To Submit: All SF-330 submissions shall be clearly marked with the subject line displaying the solicitation number. Interested A&E firms having the capabilities to perform this work must submit one (1) copy of the SF-330 (8/2016 Edition) including Parts I and II as described herein and one (1) CD-ROM of the SF-330 submittal, to the above address not later than 4:30 p.m. (local) on April 6, 2020. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months) and accurate SF-330. SF-330, Part II shall be provided 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. All Part II s 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. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $8 million. 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 required to meet the minimums stated above in paragraph 3b. Resumes 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 Section 3, Selection 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 (see 3(e) above), 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 selection criteria listed in Section 3. 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. V. SOLICITATION: This is not a Request for Proposal; this is a request for SF-330's (8/2016 Edition) Architect/Engineer Firm Qualifications packages only. An award will not be made with this announcement and the Government will not pay, nor reimburse any costs associated with responding to this announcement. 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. A solicitation will only be issued to the most highly qualified A/E Firm. Point of Contact: Contracting Lev Stowe (717) 304-9291, E-mail any questions to: Lev.Stowe@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b94481a72ab04800aed7787ef35eca85/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Medical Center 1111 East End Blvd., Wilkes-Barre 18711, USA
Zip Code: 18711
Country: USA
 
Record
SN05735798-F 20200730/200728230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.