DOCUMENT
C -- Demolish Sextro Warehouse 657-CSI-603JC - Attachment
- Notice Date
- 6/28/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25517R0720
- Response Due
- 7/14/2017
- Archive Date
- 8/13/2017
- Point of Contact
- Kevin Knight | kevin.knight2@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Synopsis: CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 350 MILE RADIUS OF THE St. Louis VA Health Care System, John Cochran Division, St. Louis, Missouri. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. 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 St. Louis VA Health Care System 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. 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. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to kevin.knight2@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Codes for this procurement is 541330 Engineering Services and small business size standard of $15M. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 91 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. The project s design to estimated price range for construction is between $2,000,000 and $5,000,000. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS A/E FIRMS IN COMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically. Completed package shall be delivered electronically on or before 7/14/2017 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Kevin Knight, Contracting Officer at kevin.knight2@va.gov PROJECT INFORMATION The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility Engineering Service (FES) intends to partner with an Architect/Engineer A/E or Engineer Firm on a demolition of the Sextro Warehouse and creation of a parking lot located at, John Cochran (JC) Division, St. Louis, MO 63106. This project will demolish the 136,841 GSF warehouse building (AKA Sextro Warehouse) and restore the urban site by creating a parking lot for Medical Center use. Design work will entail any environmental compliance to allow for the demolition. Description of work to be performed includes: Architect-Engineering services are required for Schematics Design, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project #657-CSI-603 Demolish Sextro Warehouse, John Cochran Division. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: The work to be performed shall include but is not limited to: SCOPE OF WORK The Prime contractor shall have the capability to provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, FES expects the following primary A/E disciplines to be included: Supervisor, VPIH, Mechanical, and Electrical. Existing Conditions: Built in late 1910, Sextro Warehouse main level is approximately 140,000 sf with partial and full height basements/crawlspaces/sub-basements and a storage tank below. Structure is constructed of concrete, steel and wood. Existing utilities inside the warehouse include electrical, mechanical and plumbing components, some operational and some obsolete throughout the warehouse. Certain sections of the existing structure are occupied by VA stored materials and other sections are uninhabitable. Project Intent Assess the condition of Sextro Warehouse (Building 30) for environmental concerns to demolish building and all associated utilities on the property in accordance with all local (state and city) and federal codes and regulation by conducting a thorough initial field survey. Initial field survey must include Structural, MEP and Abatement measures/disciplines. Apply for all applicable permits and cover associated fees with the necessary permitting. Photo documentation shall also be included in survey report. A/E shall coordinate for NEPA (Complete NEPA Project 657-321), SHPO (concurrence to remove/demo existing structure), NESHAP, FONSI and Real Property. Reference attached Environmental Assessment of the Proposed Expansion of the St. Louis VAMC John Cochran Division. (File name: ST. Louis Expansion Final EA 02-20-14) Design subdivided parking lot (patient and staff). Parking shall be asphalt with security measures tied back to medical center, fencing, controlled access, cameras and emergency telephones. Site shall also include a retention area to control site runoff. Project shall include an alternate construction package. 1. Deduct Leave existing foundations in place. All disciplines within the scope of work must be designed according to applicable codes and VA design standards. (See section SP B3 for list of standards) The A/E shall submit design plans (35%, 75%, 100%), Bid Docs, Release for Construction & As-Builts, specifications, submittals schedule, estimates and other documentation in accordance with the SP B4 DESIGN DELIVERABLES section of this Supplement B. The construction work will be performed under a separate Firm-Fixed-Price contract awarded by the VA. As a result, the Construction Documents must conform to the Probable Construction Cost Estimate and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site. The A/E will also participate in the VASTLHCS Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the A-E pursuant to, and inclusive of, the Construction Documents. Prior to submittal of a response to this proposal the A/E shall meet with the Project Manager at the proposed project site to review the scope of services and the project goals. Record drawings are non-existent for Building 30. Construction Period of Services: VPIH construction period of services shall not be included due to the uncertainty of remediation efforts. A/E construction period of services shall be included as part of this project. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed twenty (20) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed twenty (20) pages. Qualifications (SF330) submitted by each firm for Project #657-CSI-603 for VASTLHCS will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: Professional Qualifications: The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A&E firms shall have licensed professional architects/engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Civil Engineer, Electrical Engineer, Project Manager, Industrial Hygienist. Emphasis will be given to Civil Engineers with experience working with utility companies in a major city and Industrial Hygienist experience working in a hospital setting and or with a VA medical facility. Resumes should be limited to one page each. (2) Specialized Experience and Technical Competence: Specific experience and technical skill in the type and scope of work required for medical facilities new construction and renovations to existing medical facilities, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the remediation of hazardous materials. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (3) Capacity to Accomplish the Work: The general work load and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of eligible service-disabled veteran owned small business subcontractor/consultant. (4) Past Performance: The past performance of 4 projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Past Performances from Projects that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. (5) Location of Design Firm: The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with VAAR 805.207(b). This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms more distant than 350 miles will receive a zero score for this criterion. (6) Claims and Terminations: Any record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. (7) Reputation in A-E Community: Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517R0720/listing.html)
- Document(s)
- Attachment
- File Name: VA255-17-R-0720 VA255-17-R-0720_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3619817&FileName=VA255-17-R-0720-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3619817&FileName=VA255-17-R-0720-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-17-R-0720 VA255-17-R-0720_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3619817&FileName=VA255-17-R-0720-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;St Louis VAMC, John Cochran Division;915 N Grand Blvd;Saint Louis, MO 63106-1621
- Zip Code: 63106-1621
- Zip Code: 63106-1621
- Record
- SN04561531-W 20170630/170628235300-4d682bb54112fa93b84dd95dc73aaf13 (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 |