DOCUMENT
C -- Project 546-15-803 "Update Facility Master Plan" - Attachment
- Notice Date
- 2/25/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 560;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24815R0814
- Response Due
- 3/18/2015
- Archive Date
- 6/16/2015
- Point of Contact
- John E. Petersen
- E-Mail Address
-
Contracting Officer
(john.petersen1@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- "This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside." THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THIS IS NOT A REQUEST FOR PROPOSAL. Project No. / Title: Project # 546-15-803, "Update Facility Master Plan" Work Location: Department of Veterans Affairs, Miami VA Medical Center, Miami, Florida Estimated Design Completion Time - 180 calendar days after Notice to Proceed Anticipated Award - On or before June 30, 2015 SF 330 Due Date/Time - Interested firms having the capabilities to perform this work must submit (1) electronic SF 330 and attachments (if any) no later than 1:00 PM, EST on March 18, 2015. Email capacity is limited to 5-7 Megs. Point of contact: John E. Petersen, Contracting Officer PH: 813-631-2821 Email: john.petersen1@va.gov The Department of Veterans Affairs, Miami VA Medical Center, Miami, Florida is soliciting and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services to an A/E for the development of complete Facility Mater Plan documents for Project # 546-15-803, "Update Facility Master Plan". Federal Acquisitions Regulations (FAR) 36.6 (Brooks Act) selection procedures apply. The NAICS Codes for this procurement is 541310 and 541330. Firms that 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. Pursuant to FAR, the firm responding to this requirement must be permitted by law to practice the profession of architecture or engineering and meet all required qualifications. State of Florida requires a state license therefore we require this as well. I.General Requirements An Architect & Engineer (A&E) contract will be negotiated for the development for the complete facility master plan documents. The A&E will be given written information; participate in project planning meetings 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, and review comments. The Miami VA Medical Center is a working facility and phasing plans, minimizing downtime, and provisions for continuation of service during outages is critical to this project. A.PROJECT OVERVIEW: Contractor is to develop a Facility Master Plan for the Miami VA Medical center. The Master Plan will cover a five thru ten year planning time horizon. The facility master plan development is expected to be collaborative in nature, with the contractor developing an understanding of the VA wide organizational culture and priorities along with the VISN and local facility goals and priorities. Contractor will perform an overall analysis of the facility's mission and delivery of patient care, ancillary, diagnostic, research and support services. The contractor will identify key service lines, including interaction and adjacency of relevant programs, both internal and external to the facility. The contractor will analyze the allotment and configuration of existing space and acreage and recommend changes to meet the facility's strategic planning goals, including facilitation of both patient care and support operations. The contractor will identify specific capital initiatives such as construction projects and or leases required to implement these changes to include the development of a realistic time line, order of magnitude cost estimates, and detailed description and scope of work. This analysis should be performed with the involvement of key facility staff. The contractor will analyze and integrate input and direction provided by facility. and the Strategic/Capital Asset/Investment Plans, medical center staff input, data on veteran population, workload demand and projection forecasts located in the VA's ProClarity website, Veterans Support Service Center (VSSC) Space Calculations, FCA, and site specific community and stakeholder issues. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1)Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: All Architectural Engineering Firms wishing to perform services in the State of FL do require a Florida License no matter whether it's a federal procurement or otherwise. Additionally if you offer architectural services in a branch office then you must have a Florida licensed architect in the branch office with supervisory control. Provide your information on the SF 330 clearly marked with a copy the Florida license. 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 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 oIt is expected that your SF330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if awarded the contract. 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)The selected A/E should have previous experience in development of Capital Master Plans for Medical Facilities. The A/E must provide documentation of at least two plans of similar work within Medical Facilities with references, names, and phone numbers with their SF330 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. Copy of current A/E Florida License 2. A copy of the firms VetBiz Registry 3. Reference Limitations on Subcontracting below 4. Cage Code 5. Dun & Bradstreet Number 6. Tax ID Number 7. The E-mail address and Phone number of the Primary Point of Contact All SF330 submittals and questions must be sent electronically to the attention of John E. Petersen, Contracting Officer at john.petersen1@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 and excess number of pages will be excluded from the evaluation process. ADDITIONAL INFORMATION: Potential Service-Disabled Veteran Owned Small Business (SDVOSB) 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. The Selected A/E firm will be responsible for being responsive to the NCO-8 Construction Team 1 and the Miami VA Facility Engineering staff. The A/E shall serve the Government in an advisory and consultant capacity. 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/VA24815R0814/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-R-0814 VA248-15-R-0814.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1885240&FileName=VA248-15-R-0814-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1885240&FileName=VA248-15-R-0814-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-R-0814 VA248-15-R-0814.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1885240&FileName=VA248-15-R-0814-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Miami VA Healthcare System; 1201 NW 16th Street;Miami, FL
- Zip Code: 33125
- Zip Code: 33125
- Record
- SN03651563-W 20150227/150225234645-4e3c8b87f14a7435a1f7936e7611cf9e (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 |