DOCUMENT
C -- A/E Services: Parking, Traffic and Pedestrian flow Study at the West Palm Beach VA Medical Center - Attachment
- Notice Date
- 9/22/2015
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;West Palm Beach, FL 33410-6400
- ZIP Code
- 33410-6400
- Solicitation Number
- VA24815N1984
- Response Due
- 10/16/2015
- Archive Date
- 11/15/2015
- Point of Contact
- Jose Delgado
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 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 is Subject to Availability of Funds. Point of contact: Jose Delgado, Email: jose.delgado3@va.gov This is a Sources Sought Notice for the following services related to the West Palm Beach VA Medical Center project 548-15-806, Parking, Traffic and Pedestrian flow Study. The VA Medical Center, West Palm Beach, Florida is seeking professional engineering firms, under North American Industry Classification System (NAICS) code 541330, to complete a parking, traffic and pedestrian study. There is no associated construction cost. This is NOT a request for proposal Set-Aside: This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The NAICS code for this procurement is 541330; the small business standard is $14.0M. SDVOSBs shall be verified in www.vetbiz.gov at time of offer and award and be registered under the applicable NAICS code. Area of Consideration: In accordance with VAAR 805.207, the area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within the state of Florida. The address of the prime designer will be a main or satellite office of the prime designer. Satellite offices shall house the primary staff for this project. All offerors must have their own DUNS number and have sufficient staff at that location to perform the work, be registered in the System for Award Management (SAM) website located at http://www.sam.gov and registered as a certified Service Disabled Veteran Owned Small Business at the website, http://www.vetbiz.gov. A copy of the offeror's CVE certification letter must be included in the package. Submissions that do not meet these criteria will be determined non-responsive and ineligible for evaluation and/or award. Scope of Work: The design firm shall provide Architectural and Engineering (A/E) services associated with the preparation of a complete parking, traffic and pedestrian flow study at the VA Medical Center, West Palm Beach, Florida, 7305 North Military Trail, West Palm Beach, FL 33410. The work shall include, but is not limited to: consultation and discussion with VA staff to establish the parameters of the project. The design shall include the following overview of requirements: 1. Parking Analysis: Perform an in-depth study of parking patterns, layout and determine density of employee parking, patient parking and others. Assess parking supply and demand and identify parking issues. 2. Traffic Analysis: Perform an in-depth study of the traffic flow, patterns and routing. Provide use of automatic traffic recorders for a minimum of one week to assist in the data collection. 3. Pedestrian Traffic Analysis: Perform an in-depth study of the pedestrian traffic flow, patterns and routing. Provide use of automatic pedestrian traffic recorders at all building entrances within the Medical Center Campus, with the ability to record ingress and egress related to time of day. 4. Provide video recording of the parking lots with the ability to demonstrate how and where parking turnover occurs over time. Prepare a time condensed presentation for review by the Medical Center of these findings. 5. Provide video recording of the ingress and egress to Medical Center from state and local roads to demonstrate how traffic is affected at these intersections and public transportation stops. Prepare a time condensed presentation for review by the Medical Center of these findings. 6. Provide all data and calculations. Provide conclusions based on your findings and recommendations to improve efficiency and safety of parking and traffic. Include estimated costs and sketches of conceptual design options. 7. Report shall be prepared by a registered professional traffic or civil engineer. 8. All work shall be in accordance with all applicable standards including but not limited to: VA Parking Demand Model and other parking standards. 9.Study veteran pedestrian and vehicle traffic at the upper ramp to main entrance (Area A on map). 10.Study the efficiency/safety of parking at upper ramp (Area B on map) by veterans. 11.Consider the new MRI building (Area C on map, lower level) and the future effect on traffic and pedestrian flow at both locations (Area C and Area D on map lower level). 12.Consider the current veteran/patient parking overall with the shuttle program and evaluate if better options exist without compromising safety or convenience of the veteran. Scope of Services: Services shall include: multi-disciplinary investigative and schematic design services, initial conceptual/working drawings, attending and documenting required meetings, preparation of drawings and reports, and cost estimating services as required to complete the traffic and parking study. Deliverables being provided to the VA will include conceptual drawings and 50%, 90%, and 100% reports for review. Selection Criteria: Firms will be evaluated by a selected VA board whose evaluations will include the following factors. A minimum of three of the most qualified firms will be invited to interview with the selection board and will again be evaluated by the VA board. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. The following evaluation factors will be used when reviewing submitted SF 330 data and selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836-602-1. Firms submitting SF 330 data for consideration must address each of the following factors: 1.Professional Qualifications of Team: Professional qualifications of the team proposed as specifically related to the requirements of this particular project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Resumes should include SDVOSB Owner, Project Manager, Lead experts in the subject matter; provide current professional registrations/certifications of person/people who will be stamping any drawings if not listed above. 2.Specialized Experience and Technical Competence of Proposed Team: Specialized experience of the team proposed for this project and technical competence in the type of work required with specific emphasis on experience related to work at VA Medical Centers. List individual(s) that will be doing field investigation on this project and their past experience and knowledge of working with VA Medical Centers. 3.Professional capacity: Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services). Identify any unusually large existing workload that may limit the firm's capacity to perform project work expeditiously. 4.Past performance: Past performance on contracts within the last three years with the Government agencies and other Department of Veterans Affairs Medical Centers, and private industry, in terms of cost control, quality of work and compliance with performance schedules. Please provide both an e-mail address and phone number for a point of contact for all projects listed in this section of the SF330. 5.Location: Location in the general geographical area of the project and knowledge of the locality of the project. 6.Reputation and standing: Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.Claim Record: Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8.Specific experience and qualifications: Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Submission Criteria/Requirements: Interested firms shall submit electronic copies of their qualifications and past performance data on Standard Form SF 330 (available at www.gsa.gov/forms) via email to jose.delgado3@va.gov and provide one (1) hard copy to Jose Delgado/VAMC West Palm Beach/7350 N. Military Trail/Contracting Building 12/West Palm Beach, FL 33410. The outer envelope must clearly identify the RFI Number VA248-15-N-1984 and the project name - Parking, Traffic and Pedestrian flow Study. Hand delivered information packages will be accepted in addition to those sent by US Mail or by independent deliver service. Phone inquiries and faxes will not be accepted. In addition to the SF 330's offerors must include a cover sheet containing the following information: Company name, address and phone number; name and email of primary point of contact; number of completed VA projects; socio-economic status of and DUNS number for Contractor and all proposed consultants; tax ID number. The submission must also include a copy of the firm's CVE certification letter. All documents submitted must be printed double-sided as per FAR 52.204-4(b): "In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standard specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government." Questions concerning this solicitation should be e-mailed to the Contracting Officer at jose.delgado3@va.gov. Phone inquiries will not be answered. Questions must be received no later than noon, Tuesday, October 6, 2015. Questions received after that time will not be answered. Those firms desiring consideration should submit their SF 330 (electronic and hard copy) to be received no later than noon, Friday, October 16, 2015. 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/WPBVAMC/VAMCCO80220/VA24815N1984/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-N-1984 VA248-15-N-1984.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2331466&FileName=VA248-15-N-1984-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2331466&FileName=VA248-15-N-1984-000.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-N-1984 VA248-15-N-1984.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2331466&FileName=VA248-15-N-1984-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;West Palm Beach, FL 33410-6400
- Zip Code: 33410-6400
- Zip Code: 33410-6400
- Record
- SN03898761-W 20150924/150923000400-360f9bc58629d39db822da3c425594a4 (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 |