DOCUMENT
C -- A/E Design - Improve Reserach Laboratories Project # 546-11-901 "SDVOSB SET ASIDE" - Attachment
- Notice Date
- 4/12/2012
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Miami VA Healthcare System;SAO East, NCO 8;1201 NW 16th Street, Room #2D123;Miami FL 33125
- ZIP Code
- 33125
- Solicitation Number
- VA24812I1252
- Response Due
- 5/14/2012
- Archive Date
- 8/12/2012
- Point of Contact
- BROWARD COUNTY VA CLINIC
- E-Mail Address
-
ST,
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- "This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside." Department of Veterans Affairs, Miami VA Healthcare System, Bruce W. Carter Medical Center, Miami, Florida, is soliciting and intends to award a firm fixed price contract for Architect/Engineering services to an A/E for development of complete construction documents (i.e. working drawings, specifications, and reports) for Project 546-11-901, Improve Research Laboratories. This project will require the development of complete construction documents i.e., working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-bid meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. The project is located at the Bruce W. Carter Department of Veterans Affairs Medical Center situated at 1201 N.W. 16th Street, Miami, Florida 33125. 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. The design of this project will address, but will not be limited to, the following items: (1) A/E shall design deduct alternates equaling approximately 20% of the project construction. (2) A phasing plan is critical and should be prepared early to assure no negative impacts to the facility, (3) Design must provide all necessary Architectural, Mechanical, Electrical and Plumbing estimates, drawings and specifications for this project, (3) This design shall be governed by all the applicable VA and national codes and standards, and (4) The A/E firm is required to coordinate with the VA Staff for all site visits. All designs shall incorporate all architectural and engineering disciplines necessary to provide a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the A/E; however, their accuracy shall be field verified by the A/E and all consulting firms as part of investigative services. The A/E will be required to perform all necessary site survey work such as verifying record drawings. The following investigative work shall be included within the scope of this project: 1. Field verify VA furnished drawings to insure A/E design is accurate. It is the A/E's responsibility to determine existing conditions and to base the design on this information. 2. Materials to be furnished to the A/E by the VA - The following shall be Furnished to the A/E upon request: a. VA Engineering Service will provide the A/E with all applicable drawings for the project. The accuracy of the paper copies of Drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the A/E and all consulting firms. The A/E will then make copies of these drawings at the VA using VA equipment. b. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the World Wide Web at the following address: http://www.cfm.va.gov/TIL/ Estimated magnitude for A/E Services for this project is between $500,000 and $1,000,000. The NAICS code for this A/E project is 541310. 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 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 proposal, you are certifying your company is eligible to receive an award per this requirement. 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 any re-procurement costs associated with this requirement. The SDVOSB business must be 51% or more owned by one or more service connected veterans (SDVOSB) and 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. 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). 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 400 mile driving radius between offeror location and the Bruce W. Carter VA Medical Center, Miami, FL (Determination of mileage eligibility will be based on www.mapquest.com) The selected A/E should have previous experience in the design of renovations within medical facilities. The A/E must provide documentation of at least two design of renovations within medical facilities designs with references, names, and phone numbers with the SF330. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hardcopies of Standard Form 330 (SF330), one (1) CD and one electronic copy by e-mail to the contracting officer of Parts I and II no later than 12:00 PM, EST on May 14, 2012. All SF330 submittals must be sent to the attention of Elissa Goodman, Broward County VA Clinic, 9800 W. Commercial Blvd, Suite MR11l, Sunrise, FL 33351. Submission of electronic copy must be submitted to elissa.goodman@va.gov. All questions are to be sent to elissa.goodman@va.gov. 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 Elissa Goodman, Contracting Officer, PH: 786.586.0482. Contact via e-mail at elissa.goodman@va.gov is preferred.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC/VAMCCO80220/VA24812I1252/listing.html)
- Document(s)
- Attachment
- File Name: VA248-12-I-1252 VA248-12-I-1252.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=321641&FileName=VA248-12-I-1252-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=321641&FileName=VA248-12-I-1252-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-12-I-1252 VA248-12-I-1252.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=321641&FileName=VA248-12-I-1252-000.docx)
- Record
- SN02720680-W 20120414/120412235439-0376a31c2075ac81b8c1ce6bc5472416 (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 |