SOLICITATION NOTICE
C -- AE Construct Four Green Homes , Project 550-315
- Notice Date
- 10/21/2010
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- VISN 11 Contract Service Center;2669 Cold Spring Road;Indianapolis, IN 46222
- ZIP Code
- 46222
- Solicitation Number
- VA25110RP0387
- Response Due
- 11/19/2010
- Archive Date
- 2/26/2011
- Point of Contact
- Aaron Lacy, Contracting Officer
- E-Mail Address
-
Aaron Lacy, Contracting Officer
(Aaron.Lacy@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms located within a 500 mile radius of the VA Illiana Health Care System Medical Center, 1900 East Main Street, Danville, IL 61832-5100. This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $4.5 Million. Description of work to be performed includes: Architect-Engineering services are required for Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project #550-315, Construct Four (4) Small House Model Homes. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: Provide for the construction of four (4) "Small House Model" homes to house 10 veterans each. These homes will provide a more personal level of care to Nursing Home patients in a highly improved environment which supports Veteran Center Care Initiatives and the Planetree Model. These homes will provide hearth area combining the living room, dining room and open kitchen; dining room with a table that seats all long-term residence, the staff and two guests; private bedrooms, each with a bathroom and locked medicine cabinet; ceiling lifts; fenced outdoor space with two-door access for wandering; visual sight lines from the kitchen to the majority of the hearth area, bedrooms and outdoor space. These homes will be built with "green" principles. The physical space is not meant to be "homelike", but to be a home. The concept and structure of these homes achieves better resident outcomes through a dramatically new way of organizing the care and the life of long-term residents in need of this care. The small scale of the home will maximize the functional capacity of our veterans due to the reduced environment and freedom from institutional routines. This project will allow for and include the following items: "Compliance with all applicable VA, ADA, and JCAHO requirements. "A total new gross square footage of approximately 30,000 sf. "40 private patient bedrooms including private bathrooms. "Assures compliance with patient privacy. "Provide care area designed specifically to meet the needs of patients. "Designs floor plans that are conducive to patient and staff safety. "Creates neighborhoods with home-like environment. "Implement new technologies in HVAC systems to improve patient comfort and facilitate energy usage reductions. "All necessary mechanical spaces and telephone closets. "All required site work, site utilities, and permitting. Design completion timeframe of 225 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $5,000,000 and $10,000,000. Qualifications (SF330) submitted by each firm for Project 550-315 for "Construct Small House Model Homes" will be reviewed and evaluated based on the following criteria: Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: 1.Professional qualifications necessary for satisfactory performance of required services. 2.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, sustainable design, pollution prevention, waste reduction, use of recovered materials, CAD applications used, value engineering, and life cycle cost analysis. 3.Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. 4.Past record of performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement. (see submission requirements below for additional required information) 5.Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. (Geographical area is limited to a 500 driving mile radius of Danville, IL). 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 for assignment to the project and their record of working together as a team. FAILURE TO CLEARLY ADRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. Submission Requirements: This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Qualified SDVOSB firms are required to submit: 2 copies of Standard Form (SF)330 (available at http://www.gsa.gov/forms) to include Part 1 and Part 2. In addition, Section H of Part 1 shall include information regarding the firms estimating effectiveness (estimated costs vs. actual bid costs) and compliance with performance schedule (original design schedule vs. actual design completion time) for each key design project listed in Section F. All 8 evaluation criteria listed above must be addressed in the SF330. In addition, firms are requested to provide one electronic copy of their entire SF330 submittal via CD. Submission information incorporated by reference is not allowed. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. SF330 package shall address how it is anticipated these criteria will be met. Prior to award the prospective contractor, otherwise eligible for award, must be registered and VERIFIED at http://www.vip.vetbiz.gov. The apparently successful bidder, unless currently listed as verified in the Vendor Information Pages at the www.vetbiz.gov database shall have five business days to submit a verification application upon notification of being found the apparent successful bidder. Failure to become registered and verified in the VetBiz registry will result in denial of contract award. Therefore, prospective SDVOSB contractors are urged to obtain verification in the VetBiz registry as soon as possible to prevent delays in receiving award. (Effective 10/01/2010: Reference Class Deviation from Department of Veterans Affairs Acquisition Regulation 804.1102). Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications (ORCA) in conjunction with required registration in the Central Contractor Registration (CCR) database prior to award of a contract (FAR 4.11). Completed SF330s shall be sent to Richard L. Roudebush VA Medical Center, Attn: Aaron Lacy (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 5:00 p.m. EDT, November 19, 2010. Outermost envelope or packaging shall clearly indentify Solicitation number and project. Information can also be hand carried or submitted via commercial express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Aaron Lacy (90 CSC), 2669 Cold Spring Road, Indianapolis, IN 46222 (Postal Mail is NOT delivered to this location). No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (Aaron.Lacy@va.gov), telephone inquires will not be honored. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The contract is anticipated to be awarded in Feb/March 2011. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25110RP0387/listing.html)
- Place of Performance
- Address: VA Illian Health Care System;1900 East Main Street;Danville, IL
- Zip Code: 61832
- Zip Code: 61832
- Record
- SN02315247-W 20101023/101021234451-4428e46a193fd6c472495b29573e607a (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 |