Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
DOCUMENT

C -- 580-16-102 AE Services for Road Repairs - Attachment

Notice Date
8/9/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;NCO 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
VA25616R1230
 
Response Due
8/24/2016
 
Archive Date
9/23/2016
 
Point of Contact
Tabitha K Contreras
 
E-Mail Address
4-7513<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1.CONTRACT INFORMATION: General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implement in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The three firms deemed most highly rated after initial source selection will be chosen for interviews. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330, Engineering Services, and the applicable Small Business Size Standard is $15 million. a. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-100 Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. b.SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. c.Nature of Work: Provide Architectural/Engineering (A/E) services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. d.Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design. The magnitude for construction (not design) of this project is between $1 million and $2 million. 1.SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Michael E. DeBakey VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. (1)Professional qualifications necessary for satisfactory performance of required services to include reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. a.Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Civil, Structural, and MEP Engineers). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Cost Estimator and team members who will perform technical tasks under this contract including their record of working together. b.The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) and a maximum of five (5) specific completed projects in the past five (5) years that best illustrate the individual team members experience relevant to this contract scope. (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 and their record of working together as a team. a.Provide a detailed narrative of a minimum of three (3) and a maximum of five (5) relevant projects completed within the last 5 years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; Specific design areas to be evaluated within this factor are: 1.Road/Pavement Repair Experience 2.Phasing in Road Construction Projects 3.Environmental Assessment 4.Verification of Exceptional Customer Service; including customer service awards received (3)Capacity to accomplish the work in the required time. a.This factor evaluates ability of the Engineering firm, given their current projected workload and the availability of their key personnel, to accomplish this project within the required time. The general workload and staffing capacity of the design office will be evaluated. 1.List current projects with a design fee of greater than $50,000 being designed in the firm's office in the past five (5) years; 2.Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; 3.Describe experience in successfully delivering projects per performance schedule, providing timely construction support and successfully completing multiple projects with similar delivery dates. (4)Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (5)Location in the general geographical area of the project and knowledge of the locality of the project. Provide the address and distance of your office to MEDVAMC. The distance will be determined using http://maps.google.com. (6)Ability to comply with FAR clause 52.219-14. Firms must demonstrate how they will comply with the requirement to meet FAR Clause 52.219-14. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the SDVOSB concern. 2.SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted to: Michael E. DeBakey Veterans Affairs Medical Center (90C) Network Contracting Office (NCO 16) Attn: Tabitha Contreras, Room 4B-313 2002 Holcombe Boulevard Houston, TX 77030 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number VA256-16-R-1230. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. There is no page limit, required margin size, etc. for the submission; it is expected for interested firms to be concise and clear. Questions for this announcement are due by 4PM Central on August 15, 2016. (b) Firms that meet the requirements listed in this announcement are invited to submit two (2) copies of the completed SF 330 including Parts I and II as described herein and one CD-ROM of the SF 330 submittal as a single pdf file, to the above address no later than 11:00 A.M. Central on August 24, 2016. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (c) Interested firms shall address each of the six (6) Selection Criteria in their SF 330's and additional documents/submittals. 3.THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. 4.PROJECT INFORMATION: A/E Design Scope of Work 1.0SCOPE 1.1The Architect/Engineer firm shall furnish all professional and technical expertise to develop Schematics, pre-design tests, design drawings, specifications, and cost estimates to upgrade and widen Cate Terrace Road in order to improve traffic flow to/from our future parking garage and employee parking; the repair and/or replacement of complete or small sections of some our main campus roads pavement and sidewalks. The A/E and consultants must be familiar and follow the guidance on the latest VA Site layout design manual. 1.2The A/E shall provide construction period services including: material submittals review and approval, responses to RFl's, change order reviews, site visits/inspections and "as built drawings". During construction, the A/E firm shall provide access to a web base FTP site to the General Contractor and the VA; such web base site must be able to track documents progress as; RFI's, schedules, shop drawings and material submittals. 1.3The design duration shall be no more than 180 calendar days. Construction shall be completed within 365 calendar days, with the exception of the road work on Cate Terrace. Expansion of Cate Terrace shall be completed prior to the completion of Parking Garage A. Expected completion of Parking Garage A is September 2017. 2.0PROJECT OVERVIEW 2.1The A/E shall develop two or three options for the improvement and modification needed in Cate Terrace and adjacent roads in order to improve traffic flow to/from our future parking garage and existing employee parking lot. Options, including but not limited to, dedicated right/left turn lanes, changing traffic flow direction, curbs, barriers, gates, signage, pavement stripping, utilities relocation and road widening shall be evaluated. 2.2The A/E is responsible to retain services of a licensed professional Land Surveyor. 2.3Roads and sidewalks identified to be repaired shall be evaluated to identify its existing pavement and drainage condition and the A/E firm shall provide/propose the best and cost effective method to repair it. All designs/repairs must adhere to JCAHO, NFPA, ACI, VA Design Guides and all applicable federal and local building codes latest requirements. 2.4The Architect/Engineer firm shall perform a traffic study and base the options from study's data. Traffic study shall focus on the following intersections: Cate Terrace Road with Ringness Avenue and the entrance to our campus from Cambride Street to Cate Terrace and it shall consider the future growth of the new 420 parking spaces garage. 2.5The A/E Contractor shall make sufficient site investigations to evaluate all existing conditions since existing drawings may not be complete or fully accurate. The A/E Contractor shall obtain additional pertinent information, as needed, from the COR, to ensure the completion of an efficient and comprehensive design. 2.6The completed plans shall include a detailed construction, equipment, and project cost estimates. The A/E is responsible to design the project within available budget and provide recommendations of deductible Bid items. (20% of total available construction budget). 3.0DESIGN SUBMITTALS 3.1The following contractual periods of performance shall begin from the award date of the contract. The A/E shall submit 35% or schematic submission, 75% or design development submission, 95% or construction documents submission, and final design bid package for review and approval. All submittals shall be in accordance with the VA Design Submission Instructions Program Guide-18-15 (A/E Submission Instructions for Minor and NRM Construction Program). 3.2The VA shall respond with comments within 15 calendar days after the receipt of each submittal. 3.3Each submission must include three (3) hard copies for review. And one CD-ROM disc. 3.4Final submittals shall include four (4) original hard copies and two (2) CD-ROM discs for drawings using AutoCAD version 2015 and Specifications using Microsoft Word. All electronic submittals must adhere to VA requirements. 4.0SAFETY 4.1The A/E is responsible to retain services of a licensed Fire Protection Professional Engineer. The FPE must be directly involved in the design of fire protection systems and life safety requirements, as addressed in the latest VA Fire Protection Design Manual. 4.2Review and seal As-Built drawings prepared by the contractor and certify compliance statement on each FP and life safety drawings as required by VA directives and policies. 5.0SUSTAINABLE DESIGN STANDARDS 5.1The A/E shall be responsible for designing to achieve sustainable design equivalencies and for implementing within the design the following Guiding Principles found in the Federal Leadership on High Performance and Sustainable Buildings Memorandum of Understanding and the VA Sustainable Design and Energy Reduction Manual: Employ Integrated Design Principles (Integrated Design, Commissioning) Optimize Energy Performance (Energy Efficiency, Measurement and Verification) and with VA's Energy Efficiency Design Standards. Protect and Conserve Water (Indoor Water, Outdoor Water) Enhance Indoor Environmental Quality (Ventilation, Thermal Comfort, Moisture Control, Day lighting, Low-Emitting Materials, and Protect IAQ during Construction) Reduce Environmental Impact of Materials (Recycled Content, Bio-based Content, Construction Waste, Ozone Depleting Compounds). 5.2Sustainable design features, activities and equivalencies are part of overall Federal policy to limit environmental impact and ensure the environmental compatibility of Federal facilities. It is the intent of the VA to make every reasonable and rational effort to meet these requirements. In the event the NE concludes that implementation of specific sustainability requirements is not feasible (in that doing so creates major negative impacts on the project, including major overall cost increases, major operational feasibility issues, major technology application issues, etc.), a detailed rationale for limiting the use of the specific sustainability feature in question shall be submitted in writing to the Project Engineer for consideration. Such rationale shall include discussion of the significant negative impacts to the project. Cost comparisons and evaluations used in supporting the non-inclusion of required sustainability features must show an overwhelming life cycle rationale. Such exclusions shall not be implemented unless specifically approved by the Project Engineer. 6.0WAYFINDING 6.1Signage design and construction must conform to the Manual of Uniform Traffic Control Devices and the VA Signage Design Guide. 7.0UTILITIES 7.1All new or relocated utilities design must meet the latest VA Design Manual and any other applicable local and/or federal building codes. 7.2Site plans, elevations, profiles, point of connection and sections shall be developed for new or relocated utilities. 7.3All calculations supporting utilities design shall be submitted at 95% and final submission. 8.0CONSTRUCTON COST ESTIMATE 8.1The preliminary cost estimates shall reflect the expected construction cost for all work identified and detailed. "Magnitude" and "square foot" estimates will not be accepted. 8.2The A/E shall develop a detailed preliminary construction cost estimate. The cost estimate shall present labor, material, and equipment costs for work required by the major disciplines, i.e., Architectural, Structural, Mechanical, Plumbing, Sprinkler, Electrical, and Industrial Hygiene. The work grouped under each major discipline shall be placed into the appropriate VA Master Construction Specifications (Masterformat 2004). 8.3The detailed construction cost estimate shall consider contingencies at 3.5% overhead at 10%, profit at 10%, and escalation attributable to inflation, and any other regional industry costs. The contingency amount is established for change orders or other additional work occurring during construction. 8.4The estimate must have sufficient detail and accuracy to reflect the anticipated bid cost upon completion of the contract working drawings and specifications. Cost estimate must include bid deduct(s) that total at least 20% of the construction estimate. 9.0MEETINGS 9.1Post-award Meeting -A post award meeting will be held within ten (10) calendar days after contract award. 9.2Design Review Meetings - A design review meeting will be held after each design submittal. 9.3Meeting Minutes - The A/E Contractor shall take minutes of all meetings held relative to this contract with exception to the construction phase. The format must be acceptable to the Contracting Officer (CO). Minutes must include the meeting date and time; agenda; meeting location; list of participants with their affiliations, and telephone numbers; be fully descriptive of issues, problems and decisions made; and action items with names of responsible parties and deadlines. In addition, the minutes must include, as attachments, all exhibits and references distributed as handout materials, unless the materials are part of a formal submission. The A/E Contractor shall provide, via email transmission, complete copies of all minutes to CO and all attendees within 48 hours of the next meeting. All challenges to the minutes will be reflected in a revised version prepared by the A/E Contractor. Copies of updated minutes shall be distributed to the CO and all attendees within 24 hours after change notice. 10.0QUALITY CONTROL 10.1The contractor shall develop a quality plan. This plan shall be submitted within10 calendar days after contract award. The plan should outline the following: "The management and organization of this project. "Intended key technical personnel, such as subcontractors, discipline managers, project manager, etc. "Narrative describing product quality control 10.2After the award of the contract, the A/E Contractor shall follow minimum standards of quality as follows: "There shall be a consistency of key personnel throughout the project. "All deliverables shall be routed through, reviewed and approved by the A/E Contractor project manager. "All mistakes, omissions or errors discovered during the construction process shall be rectified by the A/E Contractor. The A/E Contractor shall provide the government with additional design drawings, cost estimates and statements of work to make field design corrections, should they become necessary. 11.0GENERAL INFORMATION: 11.1The A/E Contractor shall submit all requests for information in writing to the COR and allow at least three calendar days for the COR to respond. 11.2The Contracting Officer must approve all work that is beyond the scope of this statement of work. -END OF STATEMENT OF WORK -
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25616R1230/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-R-1230 VA256-16-R-1230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2932563&FileName=VA256-16-R-1230-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2932563&FileName=VA256-16-R-1230-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04214962-W 20160811/160809234801-c5e827fc935b80028aef7cdfbec06e34 (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.