Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
DOCUMENT

C -- A/E to Expand Patient/Visitor Parking Garage - Phase I at VA Medical Center, Washington, DC - Attachment

Notice Date
7/25/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA24512R0378
 
Archive Date
9/23/2012
 
Point of Contact
Karen Butts
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. The Washington, DC Veterans Affairs' Medical Center is seeking the services of a qualified licensed Architectural Engineering (A/E) firm with specialized experience to provide A/E services for supplying a design to expand Patient/Visitor Parking Garage “ Phase 1, as contemplated by project 688-345. NAICS Code 541330 is applicable to this acquisition and the small business size standard is considered $4.0 million. This procurement is 100% Women-Owned Small Business Set-Aside and is restricted to firms located within 100 mile driving distance of 50 Irving Street, NW, Washington, DC 20422 according to www.randmcnally.com. The estimated construction range is between $5,000,000 and $10,000,000. Contract will include (1) Design Phase (3 design review meetings at 15%, 50% and 75%) as well as preparation of National Capital Planning Commission Reports (www.ncpc.gov), Commission on Fine Arts (www.cfa.gov), plans, specifications, and estimates (PPS&E to add three additional stories [tiers 2, 3 & 4]) to the new parking garage under construction at the north-west corner of the Center ™s property adjacent to Irving and First Streets and (2) Construction Phase (Submittal Reviews, Inspections, and As Built Drawings). Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. The offeror shall submit proof they are registered in CCR, have submitted the required documentation, including WOSB Program Certification “ WOSBs, to the Repository, and must represent its status in the ORCA (https://orca.bpn.gov) prior to submitting SF330 ™s for consideration. A/E Firms having capabilities to perform this work are invited to submit 4 copies of SF 330, Architect-Engineer Qualifications for themselves and all their subcontractors and a brief narrative for each of the 6 items indicated. SF330 ™s must be submitted to the Contracting Officer shown below no later than 2:00 p.m. (Eastern Standard Time), August 23, 2012. Solicitation VA-245-12-R-0378 has been assigned and should be referenced on all correspondence regarding this announcement. Packages are limited to 100 pages and may be printed on both sides. Evaluation criteria to be applied in the selection process in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services. Submission requirements: Provide brief resumes of proposed team members who will specifically serve as the Project Managers, Designers of Record (Mechanical, Electrical, Fire Protection Engineer). In addition provide resumes of other relevant team members, such as: Architect, Civil, Structural Engineers, & Cost Estimator. In addition, provide brief resumes of team members who will perform technical tasks under this contract. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team member ™s experience relevant to this contract scope. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE in the type of work required. Provide a detailed narrative of up to 10 (maximum) relevant projects (not 10 for each firm or consultant), completed within the last 5 years, that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams ™ experience with projects of similar size and scope to those to be performed under this contract. 3. PAST PERFORMANCE on contracts in terms of cost control, quality of work and compliance with performance schedules. Points of contact provided in other criteria may be contracted. Discuss firm ™s ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firm ™s performance issued on that contract. If no documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number; and provide copies of awards and letters of appreciation/commendation as desired. 4. ORGANIZATION, MANAGEMENT AND QUALITY CONTROL Discussion of the firm ™s organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firm ™s approach to design and project management. Document the firm ™s ability to handle projects with multiple end-users and complex requirements. Describe the team ™s organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. 5. CAPACITY: Capacity to accomplish the work in the required time. Submission Requirements for the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $150,000 being designed in the firm ™s office. Indicate the firm ™s present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. 6. LOCATION in the general geographical area of the projects and knowledge of the locality of the projects. Describe and illustrate the team ™s knowledge of design approaches, construction materials, codes/ordinances costs and other conditions unique to the geographic area related to the contract for which the submittal is being made. Point of contact is Karen Butts, VA Medical Center, 510 Butler Avenue, Bldg. 308B, Martinsburg, WV 25405, or email me at Karen.butts@va.gov with any questions. NOTE: DELIVER SF330 Packages to Karen Butts, VAMC (613/90), VISN 5 Contract Satellite Office, 510 Butler Avenue, Bldg. 308B, Martinsburg, WV 25405. ALL WORK WILL BE PERFORMED AT: VAMC, 50 Irving Street, NW, Washington, DC 20422 THE GOVERNMENT'S OBLIGATION FOR AWARD IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS. This acquisition is for A/E Services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A/E Firms responding to this announcement before the closing date, meeting the requirements described above, will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of service required will be scheduled to provide an oral presentation/interview. These firms will then be shortlisted in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Shortlisted firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. Firms are required to submit 4 copies of SF330 and supplemental information indicated for review and consideration on or before 2:00 PM local time on August 23, 2012. This is not a Request for Proposal “ No solicitation package will be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24512R0378/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-12-R-0378 VA245-12-R-0378SRC.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=413959&FileName=VA245-12-R-0378-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=413959&FileName=VA245-12-R-0378-000.doc

 
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: VAMC, 50 Irving Street, NW, Washington, DC
Zip Code: 20422
 
Record
SN02814643-W 20120727/120725235617-1427b814a15e427f0b3b0d9c6772ab86 (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.