Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2012 FBO #3969
DOCUMENT

C -- Improve Landscaping, Irrigation, Lk Baldwin Proj 675-13-635 - Attachment

Notice Date
10/4/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Orlando VA Medical Center;5201 Raymond Street;Lakemont campus Rm 101;Orlando FL 32803
 
ZIP Code
32803
 
Solicitation Number
VA24813R0002
 
Response Due
11/14/2013
 
Archive Date
11/24/2013
 
Point of Contact
Christy Glass
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
A/E Project 675-13-635 Improve Landscaping, Irrigation, Reclaimed Water Study Lake Baldwin Contracting Office: Department of Veterans Affairs, Orlando VA Medical Center (OVAMC), 5201 Raymond Street, Orlando, FL 32803. THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. NO SITE VISIT IS PLANNED AT THIS TIME. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. It is the Offeror's responsibility to check Federal Business Opportunities (www.fbo.gov) for any revisions to this announcement before submission of your firm's SF330s. PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. OVAMC 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 A/E Project 675-13-635 Improve Landscaping, Irrigation, Reclaimed Water Study Lake Baldwin. Interested A/E firms must have the capability of engaging all additional disciplines as necessary to provide a complete proposal. 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. The Selected A/E firm shall furnish technical services for schematic design, design development and construction documents. 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 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. FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. This A/E project's NAICS code is 541310 and the annual small business size standard is $4.5M. The future bid build (Construction) project's projected NAICS code will be 236220. This project's construction estimated magnitude is between $500,000 and $1,000,000. Boeckh Index: The estimated construction contract price set forth herein is based on the Boeckh Index or 2,052.7 for the period March - April 2012. This limiting cost will be adjusted as the Boeckh Index changes from the date of this fixed limit to the date the bids on the construction contract are opened. Anticipated award date of the Construction phase of the Project is projected Unknown, probable 2013-2014. Anticipated award date of the proposed A-E Contract is on or before April 15, 2013. Anticipated period of performance of the A-E contract is 180 Days. Anticipated period of performance of the Construction Contract is estimated to be between 180 to 240 days. Duration of Construction Period Services and Authority: The Selected A/E firm will be responsible for being responsive to the Orlando Department of Veterans Affairs (OVAMC) and provide Basic A/E Services during the Construction Period Services Phase of this project. The A/E shall serve the Government in an advisory and consultant capacity. The A/E firm shall not provide administration of the construction contract. Project Overview The Orlando VA Medical Center proposes that the landscaping on the Lake Baldwin Campus, 5201 Raymond Street, Orlando, FL 32803, be redesigned for all Modular buildings and other key buildings on site. 1.This project will also construct a 1600 sf Grounds building in the corner of parking lot "G". Layout and extent of work will be determined based on vacated space due to department relocation to the Lake Nona facility. After the transition to the new location some modular buildings will be disposed of once vacated. 2.Design work to include new landscaping, irrigation and additional 1600sf building. a)Architectural Issues: The design guidelines as listed below are to be followed. The Improve Landscaping, Irrigation, Reclaimed water study and tie-in at Lake Baldwin Campus, FCA-D Project No. 675-13-635, space is to be more contemporary in terms of finishes as well as layout and workflow. Architectural scope is to include defining all areas of demolition/removal of the existing structures, layout and detailing of the new landscaped areas with all foliage types specified, space as required for new construction. Will also include all irrigation designs. b)Bid Deducts: 1.Landscaping Modular Bldgs 506,507,508,509,510 2.Landscaping Modular Bldgs 511,512,513,514 & 515 3.Landscaping Modular Bldgs 516,517 & 523 4.Reclaimed water tie-in to existing irrigation Specific Project Requirements: a)Tasks shall consist of but not be limited to Design Period and Construction Period Services for the Improve Landscaping, Irrigation, Reclaimed water study and tie-in at Lake Baldwin Campus, FCA-D Project No. 675-13-635, project. Architect/Engineer shall provide all necessary design services required to ensure that the general intention of the Government is fully satisfied. b)Working drawings and specifications shall be complete in every respect, inclusive of all engineering disciplines with all pertinent information necessary to secure a contract award via competitive bidding or negotiated contract without complications. Working drawings and cost estimate prepared by the A/E shall have consistent relationship, and shall have separate breakout of deductive alternates. Working drawings shall facilitate ease in contractor's cost proposal and evaluation of cost proposal by VA Engineering. c)Drawings and specifications shall be stamped by registered Architect and/or Engineering disciplines involved in this work, excluding none. d)Architect/Engineer shall be responsive to the VA, be the advisor to the Government, work in Governments interest, and fully satisfy the design criteria as set forth by the VA. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Offerors must be registered in CCR (SAM) (https://www.sam.gov/portal/public/SAM/) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their firm's qualifications in order to be considered. As a Service Disabled Veteran Owned Small Business (SDVOSB) Offeror, you are verifying your firm meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74 and certifying your firm is eligible to receive an award per this notice. While your firm may be listed as "verified" in VA's VetBiz Vendor Information Pages, if protested, and based upon the evidence submitted, the protest is sustained as determining that your firm is ineligible for award as a SDVOSB, your firm may be held liable for all re-procurement costs associated with this solicitation. Submitting firms themselves and/or any intended subcontract SDVOSB/ VOSB firms must be registered and visible/certified on Vetbiz and CVE Verified prior to award. The SDVOSB business must be 51% or more owned and controlled by one or more service connected veterans. The service connected veteran(s) or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran must manage and control the daily operations of the SDVOSB/VOSB firm. 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 must be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. A-E FIRM SELECTION: Firms responding to this announcement by submitting a SF 330, before the closing date, will be considered for initial selection evaluation. Following initial evaluation of submitted SF330s, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be selected for discussions/interview/negotiation. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection of firms for negotiation shall be made through an order of preference based on the following SELECTION CRITERIA: SELECTION CRITERIA: Failure to address all selection criteria will result in a decreased rating. Selection criteria (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. 9.The area of consideration for Offeror is a 500-mile driving radius between principal place of business and the Orlando VA Medical Center, Orlando FL (Mileage eligibility will be based on www.mapquest.com). 10.Ability to follow Sources Sought instructions and Proposal Organization, appearance, & completeness. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hard copies and one (1) CD - digital SF 330 for Parts I and II SF 330 for Parts I and II no later than 4:00 PM, EST on November 14, 2012. (NO EMAIL SUBMISSIONS WILL BE ACCEPTED) All SF330 submittals must include the following information either on the SF330 or by accompanying document: 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 firm's VetBiz Registry. 5) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm's employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). 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). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information will deem the Firm as nonresponsive and preclude SF 330 submittal from being included in the evaluation process. SEND SF330'S SUBMITTALS TO: Mailed Submittals:Orlando VA Medical Center Attn: Christy Glass, Contracting, Rm 101 5201 Raymond St Orlando, FL 32803 Hand Carried Submittals:Orlando VA Medical Center Attn: Christy Glass, Contracting, Rm 101 2500 Lakemont Ave Orlando, FL 32814 If hand-carried, make sure to obtain a delivery receipt from the Contracting Office. Point of contact is Christy Glass, Contracting Officer, (407) 646-4904 Christy.Glass@VA.gov. REQUESTS FOR INFORMATION ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to Christy.Glass@VA.gov. No phone calls will be accepted. The Subject line shall read: A/E Project 675-13-635 SOURCES SOUGHT RFI-VA248-13-R-0002. The RFI period shall open at the posting of this notice and close at 4:00 p.m. EST on November 5, 2012. *** RFIs regarding the follow-on construction solicitation will not be addressed at this time***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OrVAMC/Or675VAMC/VA24813R0002/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-13-R-0002 SOURCES SOUGHT NOTICE VA248-13-R-0002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=492768&FileName=VA248-13-R-0002-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=492768&FileName=VA248-13-R-0002-000.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: Orlando VA Medical Center;Lake Baldwin Campus;5201 Raymond Street;Orlando, FL 32803
Zip Code: 32803
 
Record
SN02908893-W 20121006/121004235706-8a7381f85dbb82f7ee392d314e5dc987 (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.