DOCUMENT
C -- UPGRADE CLC COURTYARD, PROJECT 526-13-107 - Attachment
- Notice Date
- 6/14/2013
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24313R1209
- Response Due
- 7/8/2013
- Archive Date
- 10/15/2013
- Point of Contact
- Patricia Cordero, Contract Specialist
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 526-13-107 Renovate CLC Courtyard. This Project will Renovate the courtyard between the Community Living Center (CLC) Building 106 and Chapel Building 107 at the James J. Peters Bronx VA Medical Center located at 130 W. Kingsbridge Road, Bronx, New York 10468 This procurement is restricted to Veteran Owned Small Business (VOSB) and (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2013. Potential contractors must be registered in SAM (www.sam.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 Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns". In order to assure compliance with this clause, 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). LOCATION This Project will Renovate the CLC Courtyard located at the James J. Peters Bronx VA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468. SCOPE OF SERVICE REQUIRED PROJECT NO. 526-13-107, RENOVATE CLC COURTYARD. This Project will Renovate the CLC Courtyard located at the James J. Peters Bronx VA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468. The Project includes renovation of approximately 12,000 square feet of existing courtyard space located between the CLC and Chapel Building 107. A/E services will include but are not limited to Architectural, HVAC, Plumbing, Mechanical, Electrical, Geotechnical, Sprinkler and Communication (telephone and data), as well as other design considerations, to renovate the courtyard between the Community Living Center (CLC) Building 106 and the Chapel Building 107 at the James J. Peters Medical Center to create a two-story atrium with an outdoor area. Access to natural environment is beneficial to the long term health of the population residing in the CLC. However, the courtyard between the CLC and Chapel buildings is seldom used by residents during conditions such as heavy rain, snow, extreme heat or cold. To provide access to an area where residents are able to enjoy sunlight and flora all year round, a glass atrium will be constructed in place of the current courtyard. An atrium covering only two-thirds of the existing area will leave an area for the residents to enjoy conventional outdoor activities. The area of the courtyard is approximately 12,000 square feet. The renovations should include but not limited to, a new glass roof and wall(s) to create the atrium, a new floor for the interior atrium area, a new floor that include proper drainage for exterior area, reconfiguration of the existing landscaping with proper irrigation for indoor flora, several kiosks in the atrium's periphery, and a security camera system for the area. Design should incorporate the principles of sustainable design, including the use of natural lighting and ventilation. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, NFPA Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). I.SCHEMATICS/FEASIBILITY STUDY/DESIGN DEVELOPMENT DOCUMENTS. A/E services will include but are not limited to Architectural, HVAC, Plumbing, Mechanical, Electrical, Geotechnical, Sprinkler and Communication (telephone and data), as well as other design considerations, to renovate the courtyard between the Community Living Center (CLC) Building 106 and the Chapel Building 107 at the James J. Peters Medical Center to create a two-story atrium with an outdoor area. Access to natural environment is beneficial to the long term health of the population residing in the CLC. However, the courtyard between the CLC and Chapel buildings is seldom used by residents during conditions such as heavy rain, snow, extreme heat or cold. To provide access to an area where residents are able to enjoy sunlight and flora all year round, a glass atrium will be constructed in place of the current courtyard. An atrium covering only two-thirds of the existing area will leave an area for the residents to enjoy conventional outdoor activities. The area of the courtyard is approximately 12,000 square feet. The renovations should include but not limited to, a new glass roof and wall(s) to create the atrium, a new floor for the interior atrium area, a new floor that include proper drainage for exterior area, reconfiguration of the existing landscaping with proper irrigation for indoor flora, several kiosks in the atrium's periphery, and a security camera system for the area. Design should incorporate the principles of sustainable design, including the use of natural lighting and ventilation. The A/E shall incorporate all VA, NFPA, and local and state code requirements in the design. The A/E services will include but are not limited to various phases of design starting with a site survey and a feasibility design analysis. Included in the feasibility design analysis shall be geotechnical investigations of the areas that will require excavation for placing foundations for proposed structures. After acceptance of the feasibility study the A/E will follow through with working drawings and construction specifications. The A/E shall analyze the existing areas in order to determine the renovations and modifications needed in each area to adequately modify such areas. The A/E is required to incorporate all VA architectural, mechanical, electrical, and geotechnical engineering standards and other federal, state, and local recommendations into their design. The A/E shall also provide drawings showing all areas after modification. The A/E shall be responsible for obtaining existing drawings on file. After completion of all work, the A/E will provide a new set of As-Built Drawings. This submission must be delivered to the VA on CAD (CAD requirements are attached to this scope). The A/E shall also provide up to five (5) 3D renderings of modified area in BMP, TIFF, or JPG format with at least 1920 x 1080 pixel resolution. A cost estimate shall be required for each design review milestone. The A/E shall provide the VA with a list of all submittals required of the construction contractor. The project shall be phased to provide minimum interruption to other occupants of the building and coordinated outage of utility systems during construction. The A/E shall date and certify all reports, studies and submissions. Design criteria shall be VA Master Specifications, Life Safety Code and VA Fire Protection Manual. One set of drawings at each submission will be sent directly to the VA Regional FPSE, Peter Leszczak, for review. Dr. Checks will be used by A/E and VA for review comments. II.PHASING AND COORDINATION PLAN The A/E shall develop an appropriate phasing and coordination plan for construction and develop an infection control plan as outlined in the VA Infection control policy 00-148. (See Attached Policy). In addition, the contractor shall provide a detailed Infection Control Drawing. The drawing shall outlining construction barriers and detailed requirements for exhaust negative pressure. III.VA CONSTRUCTION STANDARDS The A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall also be provided on AutoCAD Version 2006, on CD ROM with a minimum of 700 mb capability. All CD's shall be furnished by the A/E. The A/E shall provide the VA Master Construction Specifications in the current version of Microsoft Word format. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6238. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates should reflect 10% for overhead and 10% for profit and an allowance for General Conditions. IV.BID ALTERNATES The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate. V.METHODS AND PROCERURES The A/E shall make an on-site inspection of all areas in Building 100 that are within the scope of the project, to familiarize themselves with existing conditions, and to consider appropriate excavation and building procedures to be implemented during project construction period. The A/E shall verify all dimensions including verification of drawings and information obtained by the A/E. Upon appointment with the Chief, Facility Management, the A/E will be responsible for confirming existing conditions. The VA makes no guarantee as to the accuracy of any as-built drawings obtained. The A/E must verify all conditions. The A/E shall meet with various professional staff from the VA to discuss the specific needs of the area. VI.DESIGN REVIEW REQUIREMENTS Feasibility Study: Furnish all labor and materials required to do a feasibility study. The Study will include a detailed cost estimate and all design considerations required for each of the following Scopes of Work: Line Item 1: Demolition of existing area. Line Item 2: Renovate courtyard to create an atrium The study will include geotechnical services to investigate areas that require excavation for foundations. Preliminary Review: Schematic and Design Analysis: The submission shall include materials proposed for use on the project including colors for selection by the VA. The Consultant shall attend a review meeting at VAMC, Bronx, NY. 1.Provide a design analysis that will evaluate for the Bronx VAMC: a.1/4" and / or 1/2" scale schematics drawings of renovated area. (Elec./Mech./HVAC) b.Preliminary 3D rendering of renovated area c.Preliminary phasing analysis d.Preliminary impact analysis e.Preliminary recommendations/solutions f.Review of applicable codes g.Special requirements/considerations/aggregations (i.e. existing/proposed finishes) 2.Drawings shall be completed to the extent the following is shown: a.Demolition work required for each area. b.Infection Control requirements. c.New structures and finishes. 3.Provide a preliminary cost estimate based on drawings, specifications, and design analysis. Provide appropriate adjustments for phasing and local or market conditions. 4.Provide a marked-up copy of all applicable specifications (VA Master Specifications). Edit all applicable specifications for the Scope of this project. 5.Provide five (5) copies of design analysis, drawings, and preliminary cost estimate. 6.The A/E shall attend a design review meeting at the Bronx VAMC. 35% Review: 1.Preparation of contract drawings and specifications. 2.The Consultant shall incorporate all comments from previous phase. 3.Construction drawings (i.e. Mechanical, electrical, structural, etc.) shall be complete and checked for errors, ready for use as final contract documents. Drawings shall show details, finish schedules, phasing schedule, bid alternates, as required, and protective construction techniques. 4.Updated construction cost estimate. Cost estimate shall include quantitative take - off for labor and material, including overhead and profit. Provide appropriate adjustments for phasing and local or market conditions. The cost for each bid alternate shall be identified in the cost estimate. 65% Review: 1.The Construction specifications shall be prepared in final draft and incorporating all bid alternates as required. 2.Provide an updated 3D rendering of renovated area 3.Provide five (5) copies of all material. 4.The A/E shall attend a design review meeting at the Bronx VAMC. 95% Review: Preparations of contract drawings and specifications The Consultant shall incorporate all comments from the previous phases into the final working drawings and specifications. All drawings shall be stamped and signed. 1.Finalization of affected areas including equipment locations (if necessary). 2.Complete working drawings including special requirements (i.e. mechanical, electrical, structural, etc.). Include bid alternates as required. 3.Construction specifications in final form, incorporating bid alternates as required. 4.Final construction cost estimate shall be provided. The cost for each bid alternate shall be identified in the cost estimate, if applicable. 5.Construction phasing schedule. 6.Provide five (5) copies of all review material. 7.Provide one (1) copy of contract drawings on CAD, (see attached description). 8.The A/E shall attend a design review meeting at the Bronx VAMC for final approval. 100% Review: 1.Incorporate all comments from 95% design submissions. 2.Final construction cost estimate. 3.Final construction specifications. 4.Final construction contract drawings. 5.Final construction project schedule. 6.Final 3D rendering of renovated area. 7.Provide five (5) copies of all review material. NOTE: All final construction specifications must be provided on the most current version of: Microsoft Word software, in addition to providing five (5) hard copies. All final construction drawings must be provided on AutoCAD Version 2006, (see attached description) in addition to providing five (5) blue line copies. All 100%, final documents must be signed and stamped by a licensed Professional Engineer. Cover page of drawings must contain signature blocks, occupancy classification and per cent submission at each phase of design. Construction Period Services 1.Review materials, submittals, shop drawings, etc. Recommend to Resident Engineer as to the submittal being approved, disapproved, or approved as noted. Include review comments as to appropriateness of submittal and conformance to construction drawings and specifications. 2.Review change orders and provide A/E cost estimate to support VA's negotiations with contractor. 3.Furnish as-built drawings at completion of construction 4.Site Visits: a.Pre-bid Conference b.Preconstruction conference c.Four (4) field visits during construction. d.Provide an expeditor to assist in the approval of applicable NYC DOB approvals. e.One (1) Final Inspection, to include construction punch list/report. VII.INFECTION CONTROL DURING CONSTRUCTION & RENOVATION 1.PURPOSE: The purpose of this policy is to outline the requirements for managing all construction, renovation or structural repairs within the medical center in a manner designed to minimize the potential for the spread of infections due to degraded air quality, environmental contamination or contamination of water. 2.POLICY: It is the policy of this medical center that a systematic approach based on assessment and planning will effectively manage the issues of transmission of infectious diseases and the aggravation of allergies. The overall approach relies on pre-construction assessment, management of heating, ventilating, and air conditioning (HVAC) systems and use of a variety of barriers. 3.SCOPE: This policy applies to all construction performed within the medical canter whether performed by staff for minor station projects or by contractor personnel during major construction/renovation. 4.RESPONSIBILITIES AND PROCEDURES: A.The Director, Facility Management Service Center (FMSC), the Infection Control Practitioner (ICP), the Industrial Hygienists and the Safety Manager are collectively responsible for evaluation the need for infection control measures for every construction, renovation or repair activity requiring the demolition, construction or penetration of any wall, ceiling or floor slab. B.Prior to the awarding of a construction project an Infection Control Assessment Screen (ICAS) (See Attachment A) will be performed. Based upon the ICAS, FMSC will assure construction project specifications include the required environmental control measure specified. C.An ICAS based on the Risk Assessment Matrix must be completed prior to initiation of any construction/demolition work, whether it is contractor or station level. D.A log of all ICAS above rating of III or IV will be maintained by the ICP. E.When environmental control measures are indicated based on the ICAS, the Director FMSC, the ICP, and the IH are responsible for determining the specific measures, the areas to which they will be applied, providing education to contractors and employees and implementing a monitoring program to assure implementation of the required measures. F.Barriers and other measures will provide dust control. If water borne contamination is an identified risk, individual decisions regarding the best method for managing the risk will be made by the ICP, IH, and Director FMSC. G.The ICP will conduct construction rounds for compliance, using the Infection Control Compliance Monitor (Attachment B), periodically along with the IH and the Safety Manager. A report will be submitted to Environment of Care Committee. H.The Director, FMSC has the authority to order cessation of activities in areas where the recommendations are not being followed. I.The needs on a given project may change over the life of the project. When changes are made, the contractor and staff responsible for implementing and monitoring compliance will be reoriented. VIII. SERVICES DURING BIDDING PERIOD. The A/E shall provide all services required for advertising for and securing construction bids. The A/E shall attend authorized conferences, including Pre-Bid Conference and Pre-Construction Conference, as directed by the Contracting Officer. The A/E shall provide representatives of the following professional registered disciplines for each conference: Architectural Design, Structural Design, Mechanical Design, and Electrical Design. IX. SERVICES DURING THE CONSTRUCTION PERIOD. The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer and his Resident Engineer to interpret the construction documents and shall: (1) recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his review of cost proposals and his recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project. X. POST-CONSTRUCTION SERVICES. For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. XI. LOCATION. The A/E must have an existing active design production office within a reasonable distance of the James J. Peters Bronx VA Medical Center. XII. CONTRACT SECURITY. This contract does not involve VA sensitive information and contractor personnel do not require access to VA systems. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of VA. COST RANGE Estimated Construction Cost Range: Between $5,000,000 and $10,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a Firm Fixed Price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEMDATE Receive Notice to Proceed from (NTP)TBD Deliver Feasibility Study/Geotechnical Survey and 30 calendar days from NTP Analysis of Courtyard design area Deliver Concept/Preliminary Review Material 60 calendar days from NTP Review Concept/Preliminary Review Material 70 calendar days from NTP Deliver 35% Design Development Review Material 115 calendar days from NTP Review 35%Design Development Review Material 130 calendar days from NTP Deliver 65% Design Development Review Material 175 calendar days from NTP Review 65% Design Development Review Material 190 calendar days from NTP Deliver 95% Design Development Review Material 235 calendar days from NTP Review 95% Design Development Review Material 250 calendar days from NTP Deliver 100% Final Construction Bid Documents 280 calendar days from NTP Review 100% Final Construction Bid Documents 295 calendar days from NTP Bid Opening Date (Estimated)380 calendar days from NTP Construction Contract Award (Estimated)395 calendar days from NTP Construction Completion (Estimated)930 calendar days from NTP Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (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 the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. I - TEAM PROPOSED FOR THIS PROJECT Background of the personnel A. Project Manager B. Other key personnel C. Consultants II - PROPOSED MANAGEMENT PLAN Team organization A. Design Phase B. Construction Phase III- PREVIOUS EXPERIENCE OF PROPOSED TEAM Project Experience with applicable descriptions IV - LOCATION AND FACILITIES OF WORKING OFFICES A. Prime firm B. Consultants V - PROPOSED DESIGN APPROACH FOR THIS PROJECT A. Proposed design philosophy B. Anticipated problems and potential solutions C. Possible Energy Applications D. Innovative Approaches in production and design approach VI - PROJECT CONTROL A. Techniques planned to control the schedule and costs B. Personnel responsible for schedule and cost control C. Review of recent projects to demonstrate ability to meet project cost target And any additional construction costs caused by design deficiencies and NOT Changes. VII - ESTIMATING EFFECTIVENESS Ten most recently bid projects VIII- SCHEDULE CONTROL A.What techniques are planned to assure that schedule will be met? B.Who will be responsible to assure schedules are met? C.Review of recent projects to meet project schedules. VIII - SUSTAINABLE DESIGN Team design philosophy and method of implementing IX- MISCELLANEOUS EXPERIENCE & CAPABILITIES A. Value Engineering B. Life Cycle Cost Analysis (LCCA) C. Critical Path Method D. Fast Track Construction E. Energy Conservation F. New Energy Resources G. Environmental Assessment H. Specialized Experience I. Computer Aided Design and Drafting J. Other Computer Applications X - AWARDS A. Awards received for design excellence XI - INSURANCE AND LITIGATION A. Type and amount of liability insurance carried B. Litigation involvement over the last 5 years & its outcome LIMITATIONS: VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS Qualified Veteran Owned Small Business firms are required to submit Three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on July 8, 2013, including Past Performance Questionnaires (attachment 1). June 28, 2013 shall be the deadline for all questions. All submittals must be sent to the attention of Patricia Cordero (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room GC-125, Bronx, NY 10468-3904. 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 and; 4.A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only, to Patricia Cordero at (patricia.cordero@va.gov). Please note that telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313R1209/listing.html)
- Document(s)
- Attachment
- File Name: VA243-13-R-1209 VA243-13-R-1209_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=811069&FileName=VA243-13-R-1209-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=811069&FileName=VA243-13-R-1209-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-13-R-1209 VA243-13-R-1209_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=811069&FileName=VA243-13-R-1209-000.docx)
- Place of Performance
- Address: James J. Peters Bronx VA Medical Ceneter;130 W. Kingsbridge Road;Bronx, NY
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN03090383-W 20130616/130614235047-e4ce43e1a3c151c6ff27282caf43f3a9 (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 |