DOCUMENT
C -- Demo Buildings: 25, 42 and 122 610-18-101 - Attachment
- Notice Date
- 2/14/2018
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- 36C25018R0230
- Response Due
- 3/16/2018
- Archive Date
- 6/14/2018
- Point of Contact
- Felecia Beamen, Contracting Officer
- E-Mail Address
-
Felecia Beamen, Contracting Officer
(felecia.beamen@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This Architect/Engineer procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms located within a 250-mile radius of the VA Northern Indiana Health Care System, 1700 East 38th St, Marion IN, 46953. This requirement is being procured in accordance with the Selection of Architects and Engineers Statute as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7.5 Million. The Architect/Engineer (A/E) firm shall furnish professional services for 100% design for the project 610-18-101 Demolish Buildings; 25, 42 and 122 at VA Northern Indiana Health Care System, Marion Campus, 1700 E. 38th Street, Marion, IN 46953. The design will include Schematic Design, Design Development, Construction/Bid Documents per the A/E Design Submission Instructions Documents, Construction Administration Services, Technical Specifications and Cost Estimates. The project shall be designed based on VA guides, manuals and planning criteria. A/E design shall include the following: Demolition of Buildings; 25, 42 and 122. To include: all foundations, basement walls, footers, floor slabs and if the buildings has a dirt floor or crawl space, include the removal of dirt for a distance of 24 inches minimum below the existing grade of the basement or crawl space. Environmental Control measures during demolition. Asbestos abatement. Lead Paint abatement. Transformer/PCB abatement. Fluorescent Fixture abatement. HVAC Freon abatement. Elevator Oil remediation. Mold Control/abatement. Utility disconnect and relocation. Removal back to the nearest trunk/loop or main line as identified by the VA. Underground location and documentation of existing and abandoned utilities during the Schematic Design Phase. All existing utility shall be removed during demolition unless confirmed with VA COR that specific utilities are to remain. Excavation, backfill and site remediation for lawns. Backfill with cohesive soil in lifts that match the bearing capacity of the adjacent soils, compacted to 95% proctor. Removal of existing connecting sidewalks, roads and driveways. Phasing and traffic control during demolition. Paving design for all areas that will be paved. To include: storm drainage where needed. Provide drainage studies. Storm water pollution plans as required by the Indiana Department of Environmental Management are to be included in the design drawings for each building. Landscape design for areas involved. A/E shall secure approval for demolition of buildings from the appropriate historical entities during the design process. (Note) a Memorandum of Agreement already exists between the State of Indiana, the VACO and the Northern Indiana Healthcare System. The A/E will be responsible for completing all necessary tasks between the entities. The Schematic Design shall include a comprehensive study, inspection and report of the existing project area conditions, which shall include: HVAC, electrical, architectural components, plumbing, asbestos, etc. as well as the locating of existing and abandoned utilities. A/E shall provide a preliminary Construction Duration Estimate (in days) for planning purposes. The Bid Solicitation shall then state the number of days that the demolition project shall be allowed to take. A/E will be responsible for complete functional design and provide biddable documents meeting all the requirements. All work shall be coordinated with upcoming and current project to prevent any duplication of efforts. A/E design is to comply with the following: CFM s Sustainable Design Program and applicable sections of the Sustainable Design Manual, May 2014 available at http://www.cfm.va.gov/til/sustain.asp. NFPA, OSHA, ANSI, JCAHO, NEC, EPA, VA and VA NIHCS regulations and standards as well as other applicable Federal, State and Local Code requirements, including BC. Applicable sections of VA publications, "Planning Criteria for Medical Facilities", H-08-9; and "Equipment Guide List", H-08-5 VA Design Guides PG-18-12, Design Manuals PG-18-10, and Space Planning Criteria PG-18-9, which are available on the VA Technical Information Library at http://www.cfm.va.gov/til/. Additionally, the A/E shall incorporate HVAC System Controls and Design Considerations (June 2009) and VISN 11 Sustainability Issues with Design (Jan 2012) into design, and NFPA 101 Life Safety Code. Applicable chapters of VA Master Construction Specifications will be prepared by the A/E, including any necessary adaptations. VA Construction Standards JH-08-3,VA HVAC Design Manual, VA Sustainable Design Manual, and, ASHRAE Standards (current edition), shall apply to specific design requirements. Particular attention is called to CD4, "Symbol Identification of Contract Drawings", and CD5, "Contract Drawings Requirements". Equipment symbols shall be in accordance with Handbook H-08-6, "Standard Drawing Details". Handbook H-08-4 shall be utilized to the greatest extent practicable. A/E shall be responsible to review existing conditions to locations planned for development. Existing site utility drawings are on file for reference only at the VA NIHCS for review by the A/E. Access to files shall be coordinated with the COR. These files are not to be utilized within the drawing set. A/E shall be required to provide a computerized AutoCAD 2018 model throughout the design phase to adequately represent material, site conditions and work to be included in the Project. A/E shall develop a phasing plan and develop deduct bid alternates for project award which will be based on available funding for the Construction Phase. NOTE: A/E shall be responsible for conducting site visits, for data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon as built drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility to field verify the owner s existing documents and as-build drawings. Any modifications that are required to be made because of the site review shall be communicated to VA and corrected by the A/E firm. Design in accordance with the most current VA design guides for mission critical facilities. Anticipate time for completion of design is approximately 175 calendar days, after receipt of Notice to Proceed, including time for VA reviews. In accordance with FAR 36.204, the estimated magnitude of the resulting construction price range is estimated between $2,000,000 and $5,000,000. Prospective firms are reminded that in accordance with VA Acquisition Regulations (VAAR) 852.219.10, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition. See VAAR Clause 819.7003 for eligibility requirements regarding Service Disabled Veteran Owned Small Business or Veteran Owned Small Business Set-Asides. Federal Acquisition Registrations require that federal contractors register in the Central Contractor Registration (CCR) 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. SUBMISSION REQUIREMENTS: Qualified A-E firms are required to respond if interested by submitting one (1) original 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) In Section H of Part 1 include information regarding the firms estimating effectiveness (estimated costs vs. actual costs), an organizational chart of the firm, a design quality management plan, and past compliance with performance schedules (original design schedule vs. actual design completion time) for each key design project listed in Section F. All submissions must be bound in some manner (spiral, wire, binder, etc.) and include a CD copy of the Standard Form 330 submittal. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: Professional qualifications necessary for satisfactory performance of required services: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. Specialized Experience: Including 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. Professional Capacity: Ability for the firm in the designated geographic area of the project to accomplish the work in the required time. Past Performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement. Geographic Location and Facilities of Working Offices. Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to only the Prime Firm. (In accordance with VAAR 805.207, the geographical area is limited to a 250-driving mile radius of the VA Northern Indiana Health Care System - Marion, IN). Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. FAILURE TO CLEARLY ADDRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. Completed SF330s shall be sent to: NCO 10 Contracting Office, Attn: Felecia Beamen, 8888 Keystone Crossing, Suite 1100, Indianapolis, IN 46240, no later than 3:00 p.m. EST, March 16, 2018. Outer envelope or packaging shall clearly identify Solicitation number 36C25018R0230. Any request for assistance with submission or other procedural matters shall be submitted via email only (felecia.beamen@va.gov). No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria listed herein, a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. Award of a Firm Fixed Price contract is anticipated by the end July, 2018. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract because of this advertisement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/36C25018R0230/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018R0230 36C25018R0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4085038&FileName=36C25018R0230-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4085038&FileName=36C25018R0230-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018R0230 36C25018R0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4085038&FileName=36C25018R0230-000.docx)
- Place of Performance
- Address: VA Northern Indiana Health Care System;1700 East 38th St.;Marion, IN
- Zip Code: 46953
- Zip Code: 46953
- Record
- SN04823678-W 20180216/180214231919-6208e1aa034e6c825043bd6f296ce9a4 (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 |