Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
DOCUMENT

C -- A/E-Project 573-13-107 Design Services for Renovate Oncology Clinic (SDVOSB Set Aside) - Attachment

Notice Date
10/26/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8 (NCA 8);For: Malcolm Randal VA Medical Center;8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24813R0029
 
Response Due
12/4/2012
 
Archive Date
12/14/2012
 
Point of Contact
Melissa Keene, Contracting Officer
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Contracting Office: Department of Veterans Affairs, North Florida/South Georgia Veterans Health System, Malcolm Randall VA Medical Center, Gainesville, Florida THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENT(S) IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Project is Subject to Availability of Funds. Point of contact: Melissa Keene, Contracting Officer PH: 813-631-2811 Email:Melissa.keene2@va.gov. DESCRIPTION: Architectural-Engineering services are required for the development of complete construction documents i.e., working drawings, specifications, reports, and construction period services for Project 573-13-107, Renovate Oncology Clinic. 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 criteria, and review comments. This project requires complete design documentation to renovate the existing Oncology Clinic in the fourth floor of the Malcom Randall VA Medical Center, in Gainesville, Florida. Rooms in the unit shall be design in accordance with the VA Design Manual and Space Planning Criteria. The design of this project will address, but will not be limited to, the following items: 1.Asbestos abatement of floor tiles and mastic as well as HVAC/Pipe insulation materials will also be included as part of the renovation. 2.Upgrade HVAC system for the area. Operational parameters, and its associated equipment, shall be monitored at the Graphics Control area through the existing Siemenstm Emergency Management System (EMS). 3.Upgrade of all room / area finishes, including walls, flooring, and ceiling. Colors to be coordinated with the VA Interior Designer. 4.The area will be active during renovations. Phasing is critical to insure minimal interruption of operations. Alternatively for phasing is converting the sun deck located proximal to 4A to interior space, and would allow a temporary location for the infusion room. After the infusion room renovation is complete, this converted sun deck space could be converted to additional exam rooms to allow the oncology service to function as an independent clinic and free up clinic space in the 4C medical clinic. 5.Availability of utilities, especially emergency power. 6.Access to the construction area should be included in the plan. As a general rule the VA does not want this traffic through the hospital. 7.Conduct thorough site investigation(s) to support the redesign/reconfiguration of all existing architectural, structural, mechanical, and electrical facilities associated with the installation of the new work. 8.Make recommendations on construction phasing to minimize the impact on regular facility operations, especially during utility shut downs. 9.The AE firm is required to coordinate with the VA Staff for site visits as indicate below. 10.Maximize the space utilization as well as the best patient flow design shall follow. 11.Construction to be performed afterhours or weekends. The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data. All designs shall incorporate all architectural and engineering disciplines necessary to provide for 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, and investigative work. This project does require Construction Period Service, a Certified Third-Party Design Review (CITP) and a Certified Industrial Hygienist (CIH). Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5M. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. This limitation also applies to subsidiaries/affiliates of the firm. This is a 100% Service-Disabled Veteran Owned Small Business Set-Aside. The estimated start of design on this project is the 2nd quarter (Jan-March) of FY 2013. The period of performance will be 120 days after the notice to proceed. The estimated cost of construction is between $500,000 and $1,000,000. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1)Professional Qualifications necessary for the satisfactory performance of required services (in-house and/or consultants(s)) 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. (Include Government and private Experience) 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. "Location of the geographical area is defined as: The offeror must have an office within a 400 mile driving radius between the offeror location and the VA Medical Center, Gainesville, FL. (Determination of mileage eligibility will be based on www.mapquest.com) 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. SUBMISSION CRITERIA/REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The SF 330 is limited to 100 single-sided pages. Minimum font size is 10 point. Additionally, the submission must include an insert detailing the following information: 1. Cage Code 2. Dun & Bradstreet Number 3. Tax ID Number 4. The E-mail address and Phone number of the Primary Point of Contact 5. A copy of the firms VetBiz Registry Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 2:00 PM, EST on December 04, 2012. All SF330 submittals and questions must be sent electronically to the attention of Melissa Keene, Contract Specialist at Melissa.keene2@va.gov. When submitting SF330s, if more than one email is sent, please number emails in Subjects as "1 of n". Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Cover letter, attachments and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: All firms must be registered in Central Contractor Registration (CCR) prior to contract award. Registration information is available at www.ccr.gov. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be 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. 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 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. 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). Site visits will not be arranged during this period. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement before submission of your SF330s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24813R0029/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-13-R-0029 VA248-13-R-0029.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=510729&FileName=VA248-13-R-0029-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=510729&FileName=VA248-13-R-0029-000.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: Malcolm Randall VA Medical Center;1601 SW Archer Road;Gainesville, FL
Zip Code: 32608
 
Record
SN02920072-W 20121028/121026233856-1e4638128635d70b64e237eb720e970e (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.