Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
DOCUMENT

C -- Correct Facade Issues Phase 3 Project 595-18-102 - Attachment

Notice Date
2/27/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
36C24418R0044
 
Response Due
4/3/2018
 
Archive Date
7/2/2018
 
Point of Contact
Jeffrey.Zbezinski@va.gov
 
E-Mail Address
,
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for SF 330 for Project # 595-18-102 at VA Lebanon, PA This announcement is for the selection of an Architect /Engineer Firm to perform design services, engineering, produce technical specifications, working drawings, and cost estimates, as-built drawings, and provide construction period services, and site visits for the Construction Project: 595-18-102 Correct Facade Issues Phase 3. This announcement is set-aside for firms classified as "Service Disabled Veteran Owned Small Business" under NAICS code 541310 Architectural Services. The magnitude of construction for the above referenced project is between $1,000,000.00 and $5,000,000.00. The estimated duration of design is 270 Days from the issuance of the Notice to Proceed. The contract shall remain active through Construction Period Services. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. The proposed services will be obtained by a negotiated Firm-Fixed Price Contract Contract Award Procedure: Before a small business is proposed as a potential contractor, they shall be certified by VETbiz and registered in the System for Award Management (SAM) via internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination from further consideration for award. The government will evaluate the SF330s received and a minimum of the three most highly qualified firms shall be called back for interviews. After interviews, the most highly qualified firm will receive additional information and be requested to submit a proposal. The SF330 must address identified capabilities that are summarized in 1) through 8). The Professional Qualification and Specialized Experience/ Technical Competence factors are slightly more important than the other six factors which are listed in descending order of importance. 1) Professional Qualifications necessary for satisfactory performance of required services: This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Architectural Design, Structural Engineers, Fire Protection Engineers, and Environmental Engineers (Industrial Hygentist). Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2) Specialized Experience and Technical Competence in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. The project will consist of correcting façade issues with building 19 and 22. This includes replacing lintels, incidental masonry repair such as repointing and removing and replacing vents and louvers. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. NOTE: Ensure that projects listed were completed by the firm as the prime contractor and not as a subcontractor or projects completed by key personnel while employed by another firm. 3) Past performance on contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. 4) Capacity to accomplish the work in the required time: this factor evaluates the ability of the A-E firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. 5) Location: This factor evaluates the distance from the A-E firms design office from the location of work (Lebanon VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. 6) Reputation and standing of the firm and its principle 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) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. GENERAL SCOPE OF WORK: The Architect / Engineer (A/E) firm shall provide all architectural and engineering services to provide a full set of construction documents that will correct façade issues for Building 19 and 22 located on the Lebanon PA campus. Overview/Specifics: The Veterans Administration, Lebanon VA Medical Center (LVAMC), intends to award an Architect/Engineer contract for design services at the Lebanon VA Medical Center, Lebanon, PA for Project # 595-18-102: Correct Facade Issues Phase 3. Competition is sought on a restricted basis. This acquisition is set aside for Service- Disabled Veteran Owned Small Businesses (SDVOSBs) only. In collaboration with VA staff, the contracted A/E firm shall provide a full set of construction documents for a project that will correct façade issues for Building 19 and 22. Major elements of work included, but not limited to: **Construction drawings shall be developed to correct identified façade issues with Building 19 and 22 per a previously conducted study. All designs shall be compliant with space criteria referenced in Space Planning Criteria for VA Facilities, Program Guide (PG) PG-18-9 (formerly VA Handbook 7610). Ensure patient privacy criteria are met (i.e. computerized information, patient privacy, the Health Insurance Portability and Accountability Act (HIPAA). Design and construction work shall be coordinated with other construction projects on-going at the hospital. Other areas / options as determined by design meetings to enable efficient delivery of service. A/E shall use most current healthcare delivery processes, and the VA design criteria as a guide. The direction that fits the situation the best will be used in the design. Leadership in Energy and Environmental Design (LEED) Silver practices are desired with the construction. A rating will not be sought, but practices will reflect LEED Silver requirements. Bid Deducts shall be designed into the project to increase the price of the project twenty percent (20%). **NOTE: Only provided to A&E firm selected after interview process. Services: Provide professional Architect/Engineer services to include: Site investigation - Architectural, Structural, Mechanical, Electric, Plumbing, site surveys, etc. Construction drawings and specifications 3rd Party Cost estimates Estimate of expected construction cost at the end of each phase. Construction period services - review of submissions, provide recommendations regarding contractor change proposals, visit site per VA's request and add to drawings as-built conditions from contractor's record drawings and VA correspondence during construction. A/E shall review all construction change orders and provide an independent cost estimate on each change order request. A/E shall respond on site within a two-hour period when requested and shall provide 15 site visits as requested during construction. Infection Control Risk Assessment (ICRA) will be including with drawings and specifications. A pre-construction risk assessment. (PCRA). Requirements: All designs shall be compliant with the following: All designs shall be compliant with space criteria referenced in VA space planning criteria: http://www.cfm.va.gov/til/space.asp Ensure patient privacy criteria are met (i.e. computerized information, patient privacy, HIPPA). The design shall meet all VA Physical Security Standards. The area in this design is considered Mission Critical and the appropriate guide shall be followed. If a section of the manual cannot be met, the A/E shall notify the VA immediately, and assist the VA in the security waiver process. The Physical Security Guidelines can be found at this link: http://www.cfm.va.gov/til/PhysicalSecurity/dmPhySecMC.pdf Design and construction work shall be coordinated with other construction projects on-going at the hospital. A list of current projects will be provided upon approval of the 35% submission. This project shall be done in phases, as required; in order to minimize disruptions located in buildings 19 and 22. A phasing plan shall be submitted at the 35% submission. Phasing must work within budget and allow the VA to continue operations at minimal interference. The AE shall build in activation time into the construction schedule and documents. A/E shall use most current healthcare delivery processes, and the VA design criteria as a guide. The direction that fits the situation the best will be used in the design. If shutdowns are required during construction, a full shutdown plan shall be included in the design. Shutdowns plan needs to include what particular energy source to shut off (breaker, valve, etc.) and what area, outlets, utilities and/or equipment the shutdown affects. The specific name of the shut off of the energy source shall be identified, for example: panel H1L1, breaker 2 for electric or Valve 3-f for a water source, etc. Drawings and a written narrative shall be required. A LEED Silver Rating is desired with the construction. A rating will not be sought, but practices will reflect LEED Silver requirements. Proof of possible LEED credits shall be provided. Bid Alternates/Deducts shall be designed into the project to decrease the price of the project 20%. A/E shall be responsible for providing certified industrial hygiene services to perform asbestos survey investigations, bulk sampling, development of specifications and drawings, and construction period services. All designs shall be accomplished in accordance with VA guidelines and specifications, and program guides PG-18-1 thru PG-18-17, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to OSHA, NFPA, BOCA, EPA and VA guidance, and VA space criteria - http://www.cfm.va.gov/til/space.asp SPECIAL NOTE: Be reminded that the VA guidelines are just a guide, and the project is not bound by them. If current healthcare trends dictate a different design approach is needed, we will follow that approach. A/E shall be responsible for providing all services necessary for design of this project i.e. structural, industrial hygiene, mechanical, electrical, etc. TIME SCHEDULE DESIGN REVIEW AND SUBMITTAL REQUIREMENTS: This is a summary and specifies documents and contents required to be submitted by the A/E consultant to the Department of Veterans Affairs (VA) for each scheduled review and the each submission. The A/E shall provide completed bid documents within 270 days of Initial Project Design team (PDT) meeting. EXPECTATION: Required to submit review package so they are received on the day indicated after Notice to Proceed (NTP) or concurrence from Project manager and Contracting Officer. Initial Project Design Team (PDT) meeting Schematic Submission Design Development 35% Design Design Construction Documents 1 - 65% Design Two (2) - 95% Design Bid documents (Four (4) Sets of Drawings and specifications shall be furnished by the A/E) Completed bid documents are expected within 270 calendar days of Initial PDT meeting, excluding days spent in government review. The A/E shall provide a submission schedule at the PDT meeting. Note: The issue of the Notice to Proceed (NTP) will be the first PDT Meeting. A/E shall be required to attend and take minutes of each Project Design Team (PDT) Meetings. Minutes shall be submitted electronically to the Project Manager and Contracting Officer within three business days of each meeting. CONSTRUCTION PERIOD SERVICE REQUIREMENTS: Review of Contractor's and Sub Contractor s Qualifications: Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, support by written recommendations of any problems or litigation encountered in past based on first-hand knowledge. Review of Submittals: Review all submissions and provide recommendations to the VA within five calendar days upon request. Review of Change Order Requests and Requests for Information (RFI): Review and provide replies to contractor generated Requests for Information (RFIs) when required by the project manager within five days. Review contractor s change order request and provide an independent cost estimate for each change order request. Review contractor's cost estimates and provide recommendations to the VA Site Visits: The A/E shall make 15 site visits on requests of the VA and prepare written reports that shall include agreed upon changed in design as determined necessary during the construction. Visits made based on errors and omissions in design shall be at no cost to the VA. (Please include price for additional site visits should they be desired by the COR). Written meeting minutes and recommendations shall be provided to the VA by the COB (Close of Business) on the following workday. E-mail copies of digital photographs from site visits when requested by the COR. Punch List: Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion. "As-Built" Document Requirements: Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction and with correspondence performed during construction. Transpose contractor s as-builts to AutoCAD 2000 and provide a set of updated as-builts and specifications on CD within 30 days to the COR. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for FAR 852.219-10, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). The NAICS for this project is 541310 Architectural Services. Where to Submit: Interested firms shall submit one (1) hard copy of the SF330 and one (1) copy on CD or DVD-R (NO USB FORMAT ACCEPTED) to: VA Butler Health Care Center (HCC) 2nd Floor Room 2CN 002 353 North Duffy Road Butler, PA 16001 ATTN: Contracting (Jeffrey Zbezinski) Jeffrey.Zbezinski@va.gov AND In addition the interested firms shall submit three (3) hard copies of the SF330 and one (1) copy on CD or DVD-R (NO USB FORMAT ACCEPTED) to Lebanon VA Medical Center 1700 South Lincoln Avenue Lebanon, PA 17042 ATTN: Facilities Engineering Service (Jon Schaeffer) Jon.Schaeffer@va.gov All SF 330s shall be clearly marked with the subject line displaying the solicitation number 36C24418R0044 Correct Facade Issues Phase 3 Project# 595-18-102 All A/E firms interested in submitting an SF 330 must comply with the information listed below: (i) Interested firms having the capabilities to perform this work shall submit to be considered for this contract shall submit hard copies of their Standard Form 330 (Parts I & II) and a CD copies of their Standard Form 330 (Parts I & II) to addresses listed above not later than Tuesday April 3, 2018 at 12:00 p.m. (Eastern Daylight Time) the response date/time. (ii) Late proposal rules found in FAR 15.208 will be followed for late submittals. The A-E shall not include company literature with the SF 330. Personal visits to discuss this announcement will not be allowed. SOLICITATION: A solicitation will only be issued to the most highly qualified firm. The Point of Contact: Contracting Jeffrey Zbezinski, 878-271-6636 E-mail any questions to Jeffrey. Zbezinski@VA.gov End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418R0044/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418R0044 36C24418R0044_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4111924&FileName=36C24418R0044-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4111924&FileName=36C24418R0044-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Lebanon VAMC;1700 S Lincoln Ave;Lebanon, PA 17042
Zip Code: 17042
 
Record
SN04836712-W 20180301/180227231727-b4fa0742f1963fc775f4c1bdbe44ad39 (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.