Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2010 FBO #3310
DOCUMENT

C -- Community Living Center 3 - Attachment

Notice Date
12/15/2010
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
U.S. Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road, NA 9B-63;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24311RP0020
 
Response Due
1/13/2011
 
Archive Date
3/14/2011
 
Point of Contact
Joseph Ercole
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEER SERVICES VA NOTICE OF COMBINED SYNOPSIS/SOLICITATION SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS - ARCHITECT AND ENGINEER SERVICES PROJECT NAICS: 541310 SMALL BUSINESS SIZE STANDARD: $ 4.5 Million PROJECT TITLE: Community Living Center 3 at VAMC Northport NY This published posting through FedBizOpps/FBO in accord with FAR 5.204 and FBO is the only posting of this project. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE FOR ARCHITECT-ENGINEERING SERVICES ( A/E ) FOR A COMMUNTY LIVING CENTER PROJECT AT VA MEDICAL CENTER NORTHPORT, NY. The U.S. Department of Veterans Affairs, VA Medical Center, Northport, NY is seeking qualification statements from Service Disabled Veteran Owned Small Business (SDVOSB) Architect/Engineering (A/E) firms, NAICS 541310, located within the general geographic location of VA Medical Center Northport, NY 117779, within a one hundred (100) mile radius of VA Medical Center Northport, NY 11768, to provide professional design services for a Community Living Center at the VAMC Northport NY. Interested SDVOSB shall submit Qualification Statements (SF-330) and may submit Supplemental Data (Resumes, Vita/Vitae, References) in response to this Combined Synopsis/Solicitation. This A/E work at the VAMC Northport NY shall be done in accordance with the guidelines of the most current VA Design Requirements and Criteria and VA Federal Specifications Standards Specifications available online at http://www.cfm.va.gov/TIL/. Firms with MEP services in-house and capability to provide full-service mechanical, architectural, civil, structural, electrical, fire protection, and cost estimating capability are encouraged to submit their SF 330 for consideration. VAMC Northport seeks qualified SDVOSB A/E firms with substantial past experience in utility/infrastructure design at healthcare facilities. Firms may be asked to propose innovative and creative approaches to designing and building this Community Living Center in keeping with current scientific technology and trends as may be applicable to the mission of the VA. THIS COMBINED SYNOPOSIS/SOLICITATION IS POSTED ON FedBizOpps/FBO WITH A DEADLINE RESPONSE DATE OF JANUARY 13, 2011 4:00PM ET. RESPONDERS TO THIS PROJECT S PREVIOUS SOURCES SOUGHT NOTICE #VA243-10-RI-0441 MUST RESPOND TO THIS COMBINED SYNOPSIS/SOLICITATION WITH REQUIRED ITEMS (AHEAD HEREIN SEE REQUIREMENTS TO BE CONSIDERED) AS STATED HEREIN THIS COMBINED SYNOPSIS/SOLICITATION, HOWEVER IF SF330 WAS RECEIVED BY CONTRACTING OFFICER JOSEPH ERCOLE IN RESPONSE TO SOURCES SOUGHT NOTICE #VA243-10-RI-0441, THEN THE SAME SF330 IS NOT REQUIRED TO BE RE-SUBMITTED AND SDVOSB MAY REQUEST IN WRITING THAT THE VA UTILIZE THEIR PREVIOUSLY SUBMITTED SF300 FOR SOURCES SOUGHT NOTICE #VA243-10-RI-0441 ALONG WITH ANY SUPPLEMENTAL DATA (I.E. RESUMES, REFERENCES). SDVOSB responders to the project Sources Sought Notice (FBO #VA24310RI0441) that made a submission (SF330, Supplemental Data) may request in writing by this Combined Synopsis/Solicitation deadline date (January 13, 2011 4:00 PM ET) to the Contracting Officer, Joseph Ercole, that the VA utilize their previously submitted SF330 and any Supplemental Data from response to Sources Sought Notice (FBO #VA24310RI0441) as their SF330, Supplemental Data, for response to Solicitation# VA24311RP0020 Combined Synopsis/Solicitation for Community Living Center 3, Project 632-352 OR SDVOSB responders to the project Sources Sought Notice (FBO #VA24310RI0441) may submit an update to their previously submitted information (SF330, Supplemental Data) OR may submit a new response (SF330, Supplemental Data), all of which shall be considered by the agency. Supplemental Data, resumes, and references are not required, but will be accepted if included with SF330 submission; see below Requirements to be Considered for required item submission. All SDVOSB responders to this Combined Synopsis/Solicitation, must ensure existence or update their Online Representations and Certifications Application (ORCA) at: https://orca.bpn.gov/ The Federal Acquisition Regulations (FAR) require the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Offerors are required to complete the ORCA on-line via website http://orca.bpn.gov. Refer to FAR 52.204-8 Annual Representations and Certifications (Feb 2009). PROJECT NO. 632-352, COMMUNITY LIVING CENTER 3 at VAMC Northport, 79 Middleville Rd., Northport, New York 11768. This Combined Synopsis/Solicitation is for an Architect and Engineer ("A/E") services project to build a Community Living Center at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. A/E shall supply all labor, supervision, and A/E related materials (drawings, specifications, etc.) to design and provide drawings for a Community Living Center at VAMC Northport. VA proposed project site location is suggested near existing Building 92 Nursing Home. Work will include but not be limited to site, architectural, engineering, structural, fire protection, HVAC, electrical, plumbing, water, and all utilities and equipment. The Project includes expansion of approximately 17,700 square feet of new space to be added to Bldg. No. 92. The A/E shall comply with VA codes and standards including VA Directives and Policies, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the VA Technical Information Library (http://www.cfm.va.gov/til/), along with U.S. Executive Orders and other applicable regulations. GENERAL: The Contractor will provide personnel, facilities, equipment, transportation, and supplies necessary to provide architect and engineer and technical services to the U.S. Department of Veterans Affairs, Northport NY for project titled Community Living Center 3 at VAMC Northport NY. (a) Place of Performance: Work may be performed at the Contractor's facilities, other Contractors facilities, off-site testing facilities, or when approved in Government facilities (VA MC Northport NY), in space provided under the terms and conditions as set forth in this contract. (b) Mobilization: The Contractor shall have sufficient personnel, office space, equipment and supplies available to perform the services as described herein and for contract. The Contractor will be afforded a maximum of fifteen (15) calendar days to respond to VA request for discussion via VA Contracting Officer and upon notice of award shall complete and submit the required documents to the VA Contracting Officer within twenty (20) calendar days and five (5) working days to mobilize personnel after award under the contract unless otherwise specified by the VA Contracting Officer. (c) Limitation of Services: Services are to be provided as set forth in the contract documents (SF-252, Supplement B to 252, Statement of Work, etc.) and for the period of the project commencing on the date of contract award. I. SCHEMATICS. General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as defined in Supplement B. II. DESIGN DEVELOPMENT DOCUMENTS. General Scope. The A/E shall review the program materials furnished by VA and all prior submissions to ascertain the requirements of this phase of the work and shall prepare Design Development Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B. Services under this phase shall include, but not be limited to the following: (1) Site Design including fire protection system, drainage system, building orientation, site access, and lawn and plantings; (2) Architectural Design including facility floor and roof plans, sections, elevations, preliminary selection of building systems and materials, development of dimensions, net program areas, gross areas and facility volumes; (3) Structural Design including materials and structural systems; (4) Mechanical and Electrical Design including heating, ventilating, air conditioning, refrigeration, plumbing, fire protection, and electrical design with economic and energy analyses and all critical systems; (5) Space Planning; (6) Cost Estimate(s); (7) Energy Impact Studies; (8) Phasing Plans for Construction including making recommendations concerning construction contract arrangements and scheduling that will be advantageous to VA in terms of cost and timing; and (9) Presentations and Review Submissions. III. CONSTRUCTION DOCUMENTS. (a) General Scope. Based upon the approved Schematics and Design Development Documents, equipment layouts, other program materials furnished by VA, and any further adjustments in the design scope or quality of the Project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the construction of the Project and as further described in Supplement B. Services under this phase shall include: (1) Site Design Documents setting forth in detail the site construction requirements including existing grades, rough and finishing grading lawns and planting and landscaping, location of on-site utility systems, fire protection system, drainage system, building orientation, and site access; (2) Architectural Design Documents setting forth in detail the architectural construction requirements including complete floor and roof plans, elevations, sections, details, schedules, material and color selection, discipline coordination and fire safety systems and controls; (3) Structural Design Documents setting forth in detail the structural construction requirements including all structural plans, elevations, sections, details, schedules, and calculations sizing all columns, beams, slabs and coordinating the work with all other design disciplines; (4) Mechanical Design Documents setting forth in detail the mechanical construction requirements including all mechanical plans, elevations, sections, details, and schedules for heating, ventilating, air conditioning, refrigeration, plumbing, and fire protection; (5) Electrical Design Documents setting forth in detail the electrical construction requirements including all electrical plans, elevations, sections, details, diagrams and schedules showing transformers, vaults, electrical and telephone closets, power distribution systems, auxiliary power systems, switchgear, generator, lighting fixtures, switching power outlets, and signal system; (6) Cost Estimate(s) setting forth in detail quantities of materials, labor, profit, overhead, insurance, taxes, etc.; (7) Specifications for all sections of the work utilizing the VA Master Specification system setting forth in detail all requirements for the construction fully coordinated with the drawings and other Construction Documents; and (8) Presentations and Review Submissions. (b) Project Phasing (CPM). The A/E shall assist the Contracting Officer in coordinating the development of a CPM (Critical Path Method) network for the construction of the Project. The CPM network shall provide a phasing schedule which will promote a proper and efficient organization and sequence of construction. The A/E shall, when directed by the Contracting Officer, serve as an advisor to the Contracting Officer on all phasing matters. Construction Documents shall be packaged for bidding and construction in accordance with the CPM network. IV. SITE SURVEYS, SUBSURFACE AND OTHER INVESTIGATIONS. The A/E shall arrange for and oversee the performance of topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he determines are required for the proper design of the Project. V. PROJECT FIRE PROTECTION ENGINEER. The A/E shall retain the services of a fire protection engineer (FPE). The FPE shall have qualifications as further described in Supplement B. The FPE shall remain on the A/E's project staff throughout Project design and construction. The FPE must be directly involved in the design of fire protection systems or in responsible charge of: the design of fire protection features; review of fire protection equipment submittals and shop drawings; and participation in preliminary inspection and final testing of fire protection systems. The FPE shall provide to the A/E all services as further described in Supplement B. VI. SERVICES DURING BIDDING PERIOD. The A/E shall provide all services required for government processing and securing construction bids from offerors. The A/E shall attend authorized conferences, including Pre-Bid Conference and Pre-Construction Conference, as directed by the Contracting Officer. The A/E shall provide representatives of the following professional registered disciplines for each conference: Architectural Design, Structural Design, Mechanical Design, and Electrical Design. VII. SERVICES DURING THE CONSTRUCTION PERIOD. The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer and his Resident Engineer to interpret the construction documents and shall: (1) recommend any action(s) deemed suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his review of cost proposals and his recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project. VIII. POST-CONSTRUCTION SERVICES. For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. There are no special security classifications other than VA Identifications must be issued to awarded A/E employees as per VA policy. Architect-Engineering Services: The VA seeks to find qualified responsible capable competent Service Disabled Veteran Owned Small Businesses, as stated in selection criteria as Architect and Engineering service firms to provide site survey, drawings, specifications, construction documents (including all mechanicals and utilities), cost estimates, and other items necessary suitable to deliver construction and bid documents for a Community Living Center at VA Medical Center Northport, 79 Middleville Road, Northport NY 11768. The following engineering and architectural services will be required and expected will include site investigations, analysis, design, calculations, cost estimates, preparation of working drawings and specifications, and construction period services. As-builts and site visits during construction are part of the scope. The company must have the capability to design a complete Community Living Center; as described herein this project posting. This would include the services of certified and registered professionals. The U.S. Department of Veterans Affairs, VA Medical Center, Northport, NY is seeking Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineer firms, NAICS 541310, located within the geographic location of VA Medical Center Northport, NY 11768, and within a one hundred (100) mile radius of Northport, NY 11768 with the radius determined using government mapping and/or Google Maps, to provide professional design services for a Community Living Center at the VAMC Northport NY. This announcement is in accordance with the Brooks Act as implemented in FAR 36.6 and relevant regulations. For this announcement only Service Disabled Veteran Owned Small Business (SDVOSB) Architect-Engineer firms shall respond to this announcement with required information as stated below. THIS IS NOT A REQUEST FOR PROPOSAL NOR PRICING. This action is as per Public Law No. 108-183, the Veterans Benefits Act of 2003, and Executive Order 13360, Federal Acquisition Regulation, and Veteran Affairs Acquisition Regulation. The three (3) or more most highly qualified firms (determined by VA) meeting the criteria as stated herein this announcement will be selected for discussions based on demonstrated competence, capability, qualifications and responsibility for the required work. Qualification Statements (SF-330) submitted in response to this announcement will be used to determine the firms the VA will hold discussions with for this SDVOSB set-aside, leading to eventual negotiation to award; please see General Information toward the end of this posting for further informational procedure. Design and renovation work at the facilities is done in accordance with the guidelines of the most current VA Design Requirements and Criteria and VA Federal Specifications Standards Specifications available online at http://www.cfm.va.gov/TIL/. Firms with MEP services in-house and capability to provide full-service mechanical, architectural, civil, structural, electrical, fire protection, and cost estimating capability are encouraged to submit their SF 330 for consideration. VAMC Northport seeks qualified SDVOSB A/E firms with substantial past experience in utility/infrastructure design at healthcare facilities. Firms may be asked to propose innovative and creative approaches to designing and building this Community Living Center in keeping with current scientific technology and trends as may be applicable to the mission of the VA. Offerors responding to the solicitation will be evaluated by the following criteria and selection criteria will be based on, but not be limited to, the following: (1) Specialized experience and technical competence in the type of work required, including experience in similar projects, of similar magnitude, past performance on similar medical care projects, maintaining project schedules, and project budgets, cost control, quality of work, and compliance with performance schedules; (2) Professional qualifications as necessary for satisfactory performance of required services and overall engineering design experience and capability with superior performance evaluations on completed government agency and VA contracts; (3) Qualifications of staff to be assigned, with special emphasis on field personnel to be utilized; (4) Cost control effectiveness; (5) Ability of A/E to produce all plan documents on a AUTOCAD/CADD system fully compatible with most current AUTOCAD/CADD and the ability to provide specifications in CD/DVD formats, with specifications in Microsoft Word, and drawings in DWG formats and PDF formats; (6) Geographic location and facilities of the working office(s); (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (8) construction cost control effectiveness; (9) Capacity to accomplish work in required time [A/E award to be about February or March 2011 continuing through A/E schedule end date about the end of calendar year 2011, with an anticipated construction bid contractor to begin construction about Spring 2012], A/E is responsible for limited time post construction services; (10) Location of A/E firm headquarters and the office location area of consideration must be in the general geographical area of the project, being VA Medical Center Northport, NY 11768 and within a one hundred (100) mile radius of Northport, NY 11768 with the radius determined using government mapping and/or Google Maps; and (11) Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836.602. Potential vendors are bound by the clauses contained in FAR part 4.11 and 4.12 (CCR, ORCA, etc.) (12) Specialized design and construction administration experience in Healthcare facilities. Required services will include preparation of schematics and design development plans, including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. The contract will include construction document preparation; construction period services, and site visits. Offerors must provide evidence of past performance for at least three (3) relevant projects of similar size and magnitude within the past ten (10) years. (13) Professional qualifications and technical competence identifying the available detailed staffing capable of performing the level of work required. Prospective firms must demonstrate the ability to provide all engineering and architectural services necessary to successfully undertake a full spectrum of healthcare facility projects. These disciplines include, but are but not necessarily limited, to: Mechanical, Electrical, Plumbing, Fire Protection, Structural Civil, Environmental, Industrial Hygiene, Energy, Program Management, Building Condition Assessment, Construction Administration, Project Scheduling, and Cost Estimation. Services may be in-house or subcontracted provided that there is evidence of a consistent working relationship on similar projects where subcontracted services are offered and within the allowable percentages of sub-contracting as per regulations (VAAR, FAR, etc.). Prospective firms must present evidence of individuals who possess the appropriate professional credentials including Professional Engineer(s) and Registered Architect(s). Prospective firms must indicate their organizational structure, the lead person responsible for delivery of services, and the proposed management plan for delivery of services in a responsive and efficient manner. The lead person may be a principal of the firm or consortium, but consideration will also be given to firms who demonstrate a greater depth of organization with Program Managers to serve as lead for the VA projects. The firm must have an in-house certified Industrial Hygienist (CIH) or show evidence of a consistent working relationship with a sub-contracted Environmental Engineering firm for CIH services. Such evidence must include recent projects performed with the proposed subcontracted Environmental Engineering firm with a description of the CIH services performed for each project, the dollar amount for the CIH services performed and contact information for reference at the facilities where the CIH services were performed. Other Professional Engineers in other disciplines should be identified, but can be in-house or by subcontract or other such arrangement. Level and breadth of experience and employment turnover rate of staff are considered key factors. A/E firm in-house Certified Industrial Hygienist (CIH) is not required. It is useful for the A/E firm to have access to a certified Industrial Hygienist (CIH) or have a consistent working relationship with a sub-contracted Environmental Engineering firm for CIH services. In the event a Certified Industrial Hygienist (CIH) is sought, the VA shall inform the awarded A/E during the course of work and at that time it is the responsibility of the A/E to utilize a Certified Industrial Hygienist (CIH) or subcontract to an Environmental Engineering firm and/or other Professional Engineers in other disciplines, in-house or by subcontract or other such arrangement. All personnel must meet the minimum requirements as stated in the attached, CLC3 Minimum In House Primary Key Personnel and Consultant Qualifications. (14) Demonstrated ability to effectively respond to requests for information and service in a timely manner; for teaming arrangements, there must be a clearly defined management plan outlining the approach and responsibilities for assuring quality and timeliness of the contract deliverables; Offerors must identify the office location which will be responsible for the provision of services in a prompt and complete manner. (15) An implemented Quality Plan indicating a management commitment to ensure the highest possible product quality and customer satisfaction. (16) Resources to complete multiple concurrent tasks. The type of design project and services expected to be performed under this potential project includes: (a) Architect and engineering technical support and feasibility studies and analysis in architectural, civil, structural, mechanical, and electrical disciplines; and (b) guidance and direction in implementation of new and revised codes, regulations and statutes as may be applicable to the mission of the VA; (c) other required services may be needed to address (1) Sustainable design services to include LEEDTM or Green GlobesTM certification; (2) preparation of storm water management plans and permit applications in accordance with New York Department of Environment regulations; (3) addressing fire protection, life safety, indoor air quality, energy conservation, water conservation and/or hazardous material abatement; (d) provide construction period service such as submittal reviews and answering RFI and conducting site visits and final inspections. (17) SDVOSB A/E firm office location and address must be in the general geographical area of the project, being Northport, NY 11768, as per FAR 36.602-1, FAR 36.603, VAAR 805.207, and SF 330 shall classify each firm with respect to location, specialized experience, professional capabilities, and capacity with respect to project information that can be undertaken, and computer assisted design ability and experience. SDVOSB firm must be within a one hundred (100) mile radius of Northport, NY 11768 with the radius determined using government mapping and/or Google Maps. (18) Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by the government (primary) and other organizations (secondary) within the reasonable past [about ten (10) years]. Include the following items in Section H, Block 30 of the SF 330: (1) a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria, (2) an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C, (3) your DUNS, CAGE, and TIN numbers, and (4) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. (19) Project deliverable text packages shall be prepared in VA federal spec format, in Microsoft Word compatible software. Drawings shall be prepared as per VA Design CAD Standards and are to be delivered in AutoCAD 2007 or later. A/E must be able to meet all requirements as stated in the Project Supplement B to SF 252. NOTE: Please see attached Project Supplement B to SF 252 A/E Submission Instructions for Project No. 632-352 Community Living Center 3. VA shall classify each firm with respect to location, specialized experience, professional capabilities, and capacity with respect to project information that can be undertaken, and computer assisted design ability and experience. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business [Services Disabled Veteran Owned Small Business] and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described. Work will include but not be limited to all A/E work associated with site, architectural, fire protection, structural, plumbing, HVAC, electrical, utilities, and equipment. The Project includes expansion of approximately 17,700 square feet of new space to be added to Bldg. No. 92 (Nursing Home). The Project will comply with VA adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library; http://www.cfm.va.gov/til/). On June 1, 2007, the U.S. Department of Veterans Affairs adopted a Sustainable Design and Energy Reduction policy (see http://www.cfm.va.gov/til/sustain.asp) requiring all new stand alone construction and major renovation projects to be designed and constructed to achieve LEED Silver Certification and encouraging, but not requiring, these projects to pursue formal LEED Certification. For this project it is expected the A/E shall provide the VA with valid proof of minimum LEED Silver Certification and encourages services of a commissioning agent in compliance with the VA Whole Building Commissioning Manual, the requirements of LEED New Construction Energy and Atmosphere Prerequisite 1: Fundamental Commissioning of Building Energy Systems, and the requirements of LEED New Construction Energy and Atmosphere Credit 3: Enhanced Commissioning, etc. The A/E Firm shall be responsible for designs, specifications, reporting, documentation, and certification fees and services to accomplish and provide valid proof to the VA of the certification of this design as a LEED Silver Rated project. The estimated construction cost range is between $5,000,000.00 and $10,000,000.00. A Firm Fixed priced contract will be negotiated. This A/E project is anticipated to be awarded about February or March 2011 and project drawings and specifications to be completed about the end of 2011 or early beginning of 2012; anticipated approximate construction to begin about Spring 2012. The A/E firm area of consideration is SDVOSB located within general geographical area of the project (Northport, NY 11768) and within one hundred (100) mile radius of Northport, NY 11768. SDVOSB SF 330 and/or attachments shall classify each firm with respect to location, specialized experience, professional capabilities, and capacity with respect to project information that can be undertaken, and computer assisted design ability and experience. A/Es responding to or requesting to be added to or being an interested party to a prospective bidders list here is not a request to be added to the future solicitation. There is no project site visit. ARCHITECT-ENGINEERING FIRMS THAT ARE SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, WHICH MEET THE REQUIREMENTS DESCRIBED IN THIS ANNOUNCEMENT ARE INVITED TO RESPOND TO THIS ANNOUNCEMENT AND SUBMIT THE FOLLOWING TO JOSEPH ERCOLE, VA CONTRACTING OFFICER: REQUIREMENTS TO BE CONSIDERED THE FOLLOWING MUST BE SUBMITTED BY DEADLINE RESPONSE DATE AND TIME, BEING JANUARY 13, 2011 4:00 PM ET (1600): 1. SF-330 (6/2004 VERSION): Must submit one (1) signed original paper copy and one CD electronic copy of the completed Standard Form (SF) 330; acceptable in PDF format OR another format, but must be the form version dated June 2004 ( 6/2004 ) at bottom of form. ONE (1) COMPLETE ORIGINAL SF-330 (form date 6/2004) SUBMIT NO LATER THAN JANUARY 13, 2011, 4:00 PM ET (1600). BLANK FORM SF-330 IS ATTACHED OR AVAILABLE ELSEWHERE OR CAN BE FOUND AT WEBSITE: http://www.gsa.gov/portal/search;jsessionid=5FFC78D947B1D47642720006A84482C5.thirteen?q=sf330&btnG=Google+Search&access=p&client=ASTO_PROD_FRONT_END&output=xml_no_dtd&proxystylesheet=ASTO_PROD_FRONT_END&entqr=3&oe=UTF-8&ud=1&site=ASTO_PROD_COLLECTION&getfields=description&filter=0&num=30&x=26&y=11 NOTE: One original signed package and CD must be sent no later than January 13, 2011 4:00 PM ET (1600) to Joseph Ercole, Contracting Officer, VA Medical Center Northport, 79 Middleville Rd, Bldg. 10, Rm. 138, Northport, NY 11768. 2. All SDVOSB responders to this Combined Synopsis/Solicitation, must ensure existence of or update their CCR at www.ccr.gov, VetBiz at http://www.vip.vetbiz.gov/, and Online Representations and Certifications Application (ORCA) at: https://orca.bpn.gov/ 3. SDVOSB responders to the project Sources Sought Notice (FBO #VA24310RI0441) that made a submission (SF330, Supplemental Data) may request in writing by this Combined Synopsis/Solicitation deadline date (January 13, 2011 4:00 PM ET) to the Contracting Officer, Joseph Ercole, that the VA utilize their previously submitted SF330 and any Supplemental Data from response to Sources Sought Notice (FBO #VA24310RI0441) as their SF330, Supplemental Data, for response to Solicitation# VA24311RP0020 Combined Synopsis/Solicitation for Community Living Center 3, Project 632-352 OR SDVOSB responders to the project Sources Sought Notice (FBO #VA24310RI0441) may submit an update to their previously submitted information (SF330, Supplemental Data) OR may submit a new response (SF330, Supplemental Data), all of which shall be considered by the agency. Supplemental Data, resumes, and references are not required, but will be accepted if included with SF330 submission. Reminder, a CD of SF-330 must be submitted by deadline date and time. 4. Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. All submissions must in English. The printed format for all submissions shall be in an 8-1/2" x 11" paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and one-sided. Volume I shall be limited to 250 pages including photographs and/or drawings. All pages exceeding the 250-page limitation for Volume I will not be considered. Double-sided pages will be counted as two pages. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Page numbers must be shown on each page in Volume I with the exception of Title Sheets, Table of Contents, Organization Chart, and Tabs. Any information/pictures contained on the tabbed sheets will not be considered for evaluation. Volume II is not subject to a page limitation and does not need to be numbered. Except for the Organization Chart, sheets larger than 8-1/2 X 11 including fold-out sheets will not be accepted. All submission responses must be on paper or cardstock or cardboard, etc., no greater than 8 inches by 11 inches. THE FOLLOWING MAY BE SUBMITTED, BUT IS NOT REQUIRED: 1. ANY SUPPLEMENTAL DATA, RESUMES, VITA/VITAE, REFERENCES, OR ANY OTHER INFORMATION OFFEROR MAY SEEK TO SUBMIT IN SUPPORT OF THEIR SUBMISSION. One (1) Original Acceptable in any format (MS Word, etc.) or on CD. The Contracting Officer s address is for all deliveries, including US Mail, courier service and/or personal delivery services. Late responses will be handled in accordance with FAR 52.215-1. The delivery address is to a government facility, therefore, strict security measures are in force. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit one (1) paper copy of submission, and one CD electronic copy of SF-330. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. Following this announcement eventual contractor award is subject to the availability of funds and it is anticipated that A/E interviews and discussions will take place after January 24, 2011. The A/E will need to be/become familiar with VA Northport facility design and AUTOCAD/CADD Standards, VA Specifications (see VA Technical Library referenced below), as well as other government codes that may be required. The North American Industry Classification System (NAICS) code for this acquisition is 541310. Interested parties in this project notice must be registered with or have the ability to register in CCR, VetBiz, and ORCA. All contractors are advised that registration in the Central Contractor Registration (CCR) Database is required prior to award of a contract; see www.ccr.gov. Failure to register in the CCR Database may render your firm ineligible for award. For more information, check the CCR Website at http://www.ccr.gov. The size standard for North American Industry Classification System (NAICS) code for this acquisition is 541310 and the size standard for a firm to be considered a small business is $4.5 Million Dollars average annual receipts (in sales) for preceding three (3) years. IF QUESTIONS CONCERNING THIS PROJECT AND COMBINED SYNOPSIS/SOLICITATION, MUST E-MAIL NO LATER THAN DECEMBER 30, 2010 1:00PM ET TO THE ATTENTION OF JOSEPH ERCOLE AT: joseph.ercole@va.gov THIS COMBINED SYNOPSIS/SOLICITATION WILL BE POSTED FOR THIRTY (30) DAYS, WITH A DEADLINE DUE DATE FOR RESPONSES BEING JANUARY 13, 2011 4:00PM ET. A/E firms, which are Service Disable Veteran Owned Small Business (SDVOSB), that meet the requirements listed in this announcement, are invited to respond to this announcement and please submit above requirements to Joseph Ercole, Contracting Officer, VA Medical Center Northport, 79 Middleville Rd, Bldg. 10, Rm. 138, Northport, NY 11768, by delivery service (U.S. Mail, FedEx, UPS, etc.) or Hand Deliver, only envelope delivery will be accepted, No electronic transmission, No facsimiles, nor other means of transmission. The Contracting Officer, Joseph Ercole, will endeavor to answer any questions interested parties may have, however NOTE All questions must be submitted in writing to joseph.ercole@va.gov No Later Than December 30, 2010 1:00 PM (1300) Local Time; questions after December 30, 2010 1:00 PM (1300) Local Time will not be responded to nor accepted. No response will be provided to telephone inquiries. DISCLAIMER: This Combined Synopsis/Solicitation is issued solely for receipt of A/E information only (SF-330, etc.) and does not constitute a request for proposal nor pricing. All information received in response to this announcement that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In addition, all aspects of this potential project are in accordance with FAR 36. All responsible sources that are SDVOSB may submit the required SF-330 and any responders to the previous Sources Sought Notice (FBO #VA24310RI0441) may update their previously submitted information (SF330, etc.) or may submit a new response, that shall be considered by the agency, and response to this announcement is due on January 13, 2011 4:00 PM, and no other notification of identical nature nor of this pre-solicitation notice will be made elsewhere under consideration for this potential project. Thank you! NOTE: Companies/organizations responding to or requesting to be added to or being an interested party to a prospective bidders list here is not a request to be added to the future solicitations. Responses to this Solicitation will be evaluated. After this solicitation deadline date, a short list of three (3) or more of the most highly qualified firms may be chosen for interviews to present their approach to the project, design, and work, in order to arrive at selection of the firm in which to enter into negotiations. It is the Contracting Officer discretion to hold or not hold in person interview(s) and the project evaluation board shall evaluate the firms in accordance with FAR 36.602-1 and VAAR 836 and may hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services. All potential offerors are advised to check Federal Business Opportunities website, https://www.fbo.gov/, for this project information. PLEASE SEE SEVEN (7) ATTACHMENTS: CLC3 Minimum In House Primary Key Personnel and Consultant Qualifications Project Supplement B to SF 252 A/E Submission Instructions for Project No. 632-352 Community Living Center 3 AE Services General Information Doing Business with VA SF 330 FAR 36.6 AE Services VAAR ---------------------- END ----------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24311RP0020/listing.html)
 
Document(s)
Attachment
 
File Name: VA-243-11-RP-0020 VA-243-11-RP-0020_03.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166832&FileName=VA-243-11-RP-0020-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166832&FileName=VA-243-11-RP-0020-000.doc

 
File Name: VA-243-11-RP-0020 SF330.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166833&FileName=VA-243-11-RP-0020-001.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166833&FileName=VA-243-11-RP-0020-001.PDF

 
File Name: VA-243-11-RP-0020 DOING BUSINESS WITH THE US DEPT OF VA.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166834&FileName=VA-243-11-RP-0020-002.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166834&FileName=VA-243-11-RP-0020-002.DOCX

 
File Name: VA-243-11-RP-0020 AE SERVICES GENERAL INFORMATION.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166835&FileName=VA-243-11-RP-0020-003.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166835&FileName=VA-243-11-RP-0020-003.DOCX

 
File Name: VA-243-11-RP-0020 632-352-CLC3 SUPPLEMENT B (FINAL USED).DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166836&FileName=VA-243-11-RP-0020-004.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166836&FileName=VA-243-11-RP-0020-004.DOCX

 
File Name: VA-243-11-RP-0020 FEDERAL ACQUISITION REGULATION 36.6 AE SERVICES AND VAAR 805.207.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166837&FileName=VA-243-11-RP-0020-005.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166837&FileName=VA-243-11-RP-0020-005.DOCX

 
File Name: VA-243-11-RP-0020 VAAR 836.6 AE SERVICES.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166838&FileName=VA-243-11-RP-0020-006.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166838&FileName=VA-243-11-RP-0020-006.PDF

 
File Name: VA-243-11-RP-0020 CLC3 MINIMUM IN HOUSE PRIMARY KEY PERSONNEL AND CONSULTANT QUALIFICATIONS.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166839&FileName=VA-243-11-RP-0020-007.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=166839&FileName=VA-243-11-RP-0020-007.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: U.S. Department of Veterans Affairs;VAMC Northport NY;79 Middleville Rd.;Northport, NY 11768
Zip Code: 11768
 
Record
SN02344478-W 20101217/101215234037-e64762e8acbb4ee03a52219ce213be27 (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.