Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2012 FBO #3739
DOCUMENT

C -- 675-12-804 Renovate Primary Care Lake Baldwin - Attachment

Notice Date
2/17/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24812R0929
 
Archive Date
5/17/2012
 
Point of Contact
Wayne L Boger
 
E-Mail Address
7-6575<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside." Project 675-12-804: Renovate Primary Care, Lake Baldwin. Department of Veterans Affairs, Orlando VA Medical Center, Orlando Florida, is soliciting and intends to award a firm fixed price contract for Architect/Engineering (A/E) services to an A/E firm for development of complete Construction Documents (i.e. working drawings, specifications, and reports) and perform Construction Period Services for this project entitled: Renovate Primary Care - Lake Baldwin, Project No. 675-12-804, for the Department of Veterans Affairs, Orlando VA Medical Center, 5201 Raymond Street, Orlando, FL 32803. The selected A/E firm will be required to perform all necessary on-site survey work for this project such as verifying record drawings, and existing site conditions. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, renderings, working drawings, site visits, meetings and meeting minutes, staff interviews, phasing/scheduling, and other related information and services. The A/E firm shall furnish technical services for schematic design, design development and construction documents. The selected contractor will hire a Certified Independent Third-Party Safety Professional (CITP) for the review of the design documents for compliance with national and local codes, standards, federal and state regulations. Construction Project Overview: This project will centrally locate a number of vital services to the Lake Baldwin campus that are vital to our Veterans needs. This project in particular will locate approximately 25,000 SF of Veterans Benefits Administration (VBA) into the main hospital building 500 at the Lake Baldwin campus to meet workload and programmatic changes. It also resolves issues not only for the Medical Center but also for the Veterans Benefits Administration (VBA). Layout and extent of work will be determined based on vacated space due to department relocation to the Lake Nona facility. The Design work shall include a total interior demolition of the space with the exception of the infrastructure. New construction work to be performed will include Heating Ventilation and Air conditioning system and fire protection system modifications, new toilet facilities, new flooring, new interior partitions, new doors, privacy issues, new lay-in ceilings, lighting, plumbing upgrades, painting and signage to name a few. The NAICS code for this A/E project is 541310. The estimated magnitude for construction is between $2,000,000 and $5,000,000. The projected NAICS code for future bid build project will be 236220. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in CCR (www.ccr.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Therefore, when submitting a bid or proposal, you are certifying your company is eligible to receive an award per this solicitation. Furthermore, while your company may be listed as "verified" in VA's Vendor Information Pages at www.vetbiz.gov as a SDVOSB, if protested, and based upon the evidence submitted the protest is sustained, therefore determining that your company is ineligible for award as a SDVOSB, your company may be held liable for all re-procurement costs associated with this solicitation. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the SDVOSB business must be 51% or more owned by one or more service connected veterans (SDVOSB). Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1) Professional qualifications necessary for satisfactory performance of required service. 2) 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. 3) Capacity to accomplish the work in the required time. 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5) Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 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. ADDITIONAL SELECTION CRITERIA: In addition to the selection criteria identified above, the area of consideration for offeror is a 500 mile driving radius between offeror location and the Orlando VA Medical Center, Orlando FL (Determination of mileage eligibility will be based on www.mapquest.com). SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 for Parts I and II no later than 12:00 PM, EST on March 5, 2012. All SF330 submittals must be sent to the attention of wayne.boger@va.gov, Subject Line: SF330 Submittal-VA-248-12-R-0929. All questions are to be sent to the attention of wayne.boger@va.gov, Subject Line: RFI-VA248-12-R-0929. Additionally, 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 4. A copy of the firms VetBiz Registry THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. Project is Subject to Availability of Funds. Point of contact is Wayne L. Boger, Contracting Officer, PH: 321-397-6575; email: wayne.boger@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24812R0929/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-R-0929 VA248-12-R-0929.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=298600&FileName=VA248-12-R-0929-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=298600&FileName=VA248-12-R-0929-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02677898-W 20120219/120217234113-845e8ad23235c2e2450b60e9520a3472 (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.