DOCUMENT
C -- A-E Design - Correct Architectural FCA Deficiencies - Roofs - Attachment
- Notice Date
- 4/4/2018
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 326, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- 36C24818R0587
- Response Due
- 5/7/2018
- Archive Date
- 8/14/2018
- Point of Contact
- Rachel Reed
- E-Mail Address
-
9.3308<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE AND REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER (AE) QUALIFICATION PACKAGES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This request is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside. All information needed to submit SF330 Documents is contained herein. No solicitation package, technical information, or bidder/plan holder list will be issued. Federal Acquisition Regulations (FAR) 36.6 (Brooks Act) Selection Procedures Apply. The AE Sources listed herein is being procured in accordance with Brooks Act (Public Law 92-582) as implemented in FAR 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with (IAW) the evaluation criteria identified in paragraph 3, Selection Criteria. Firms deemed to be the most highly qualified, after initial source selection, will be chosen for interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. For a SDVOSB to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) VETBIZ (www.vip.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their SF330s. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF330 is submitted shall result in elimination from consideration. All Joint Ventures (JV) must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. In order to assure compliance with FAR Clauses 52.219-27 Notice of Service Disabled Veteran Owned Small Business Set-Aside, 52.219-14(b)(1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside, all firms submitting a SF330 for this Source Sought Notice are required to indicate what percentage of the cost of contract performance are to be expended on the concerns employees and in which discipline(s) and percentage of cost of contract percentage to be expended (and in what disciplines) by any other consultant/subcontracted or otherwise used small or large business entity(s). Any consultant, subcontractor, or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation process. The Contractor shall provide all design services, construction period services, labor, equipment, materials, supervision, and all other resources necessary to address Architectural FCA Deficiencies at the Bay Pines VA Healthcare System (BPVAHCS). PROJECT NO./TITLE: 516-18-111, Correct Architectural FCA Deficiencies Work Location: Department of Veterans Affairs (VA), Bay Pines VAHCS, Bay Pines, FL 33744 Estimated/Target Completion Period: 238 calendar days after Notice to Proceed (NTP). The North American Industrial Classification System (NAICS) for this procurement is 541310 Architectural Services and the annual small business size standard is $7.5M. The future project s construction estimate is between $2,000,000 and $5,000,000. The anticipated award date of the construction phase of the project is unknown. POINT OF CONTACT: Rachel Reed, Contracting Officer, Rachel.reed@va.gov. 1. Project Overview The Architect & Engineer (A/E) shall develop formal SD, DD, and CD documents in accordance with minimum submission requirements specified in the applicable VA Program Guides. These submissions shall be based on all site investigations, material furnished by VA, all informal design reviews/discussions, and all applicable NFPA, VA Design Criteria, Design Guides, Design Standards, etc. The design of this project, 516-18-601, Correct Architectural FCA Deficiencies Roofs, Bay Pines VA Healthcare System (BPVAHCS). will address, but will not be limited to, the following items: a. Roof Bldg. 20(clay tile): (1) Removal of existing clay tile roof and water proof underlayment. Removal of French style gutters and existing lightning protection system. Repair any rotted decking during removal of old roof system. (2) Install new self-adhering waterproof underlayment, concrete tiles (Eagle Tile, Coronado), new 6 K-style copper gutters and downspouts, and UL certified lightning protection system. UL Master label certification applies to all roofs in this scope. b. Roof Bldgs. 35 & 36(clay tile and built-up combination): (1) Removal of the existing clay tile and built up roof systems, existing gutter and downspouts, equipment curbs, repair of any damaged or rotted roof decking, lightning protection system. This is to include the covered walkway between bldgs. 2 and 37. (2) Install new tile roof system same as Bldg. 20 above and install new SBS modified three- ply torch down roof system on flat roofs. Installation of new scupper heads and downspouts for flat roofs. SBS modified roof system shall have three-ply (two-ply and cap sheet) with an insulation system that is designed to comply with the High Velocity Hurricane Zone of the current Florida Building Code and the current Florida Energy Code. (3) Removal of existing built-up roof systems, gutters, downspouts, scupper heads and lightning protection system. Removal of equipment, and reinstallation of equipment and curbs. c. Bldgs. 103, 12, 1, walkway between 2 and 71. (1) Removal of existing built-up roof systems, gutters, downspouts, scupper heads and lightning protection system. Removal of equipment, and reinstallation of equipment and curbs. (2) Install new tile roof system same as Bldg. 36 above and install new SBS modified three-ply torch down roof system on flat roofs, and installation of new scupper heads and downspouts for flat roofs. SBS modified roof system shall have three-ply (two-ply and cap sheet) with an insulation system that is designed to comply with the High Velocity Hurricane Zone of the current Florida Building Code and the current Florida Energy Code. d. ACM is suspected to exist in some of the roofing materials of the existing roofs. Lead (Pb), mold, or other industrial hazards may exist in other parts of these systems or accessories. The A/E shall have tested all parts of these systems and accessories being affected by this design and construction for hazardous materials. Abatement plans and monitoring shall be incorporated into the design and construction documents of this project to mitigate hazardous material. 2. A/E FIRM SELECTION Firms responding to this announcement by submitting a qualifying SF 330, before closing date and time will be considered for initial selection evaluation. Following initial evaluation of SF 330s received, firms that are considered the mostly highly qualified to provide the type of services required will be selected for interviews/discussions/negotiations. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer (CO) knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects identified on the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. 3. SELECTION CRITERIA: Selection will be based on the following criteria which are provided in descending order of importance. a. Professional qualifications necessary for satisfactory performance of required performance of required service and working together as a team (in house and/or consultant(s)). The firm, and A/E on staff, representing the project and signing/stamping drawings in each discipline must be licensed to practice in the State of Florida under Florida State Law requirements. Provide Professional License numbers and or proof of License. Provide a balanced licensed workforce to include, but not limited to, the following disciplines. 1) Project Management. 2) Safety and Fire Protection Engineer (SFPE) as Certified Independent Third Party (CITP). 3) Architectural/Structural 4) Mechanical 5) Electrical 6) Civil 7) Environmental b. 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, production of Life Safety/Fire Protection plans, production of quality designs as evidenced by a Quality Control Program, large scale roofing projects in a Healthcare, Business, Warehouse, Logistics and/or VA Hospital environment, phasing, cost estimating effectiveness, i.e., on-time/within budget, and compliance with established VA Construction Program Requirements located at http://www.cfm.va.gov/til/spec.asp. c. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The selected A/E should have previous experience in the design of renovations within healthcare facilities and provide documentation of a least two (2) design projects of this nature with references, names and phone numbers. d. Capacity to accomplish work in the required time. Firms must address and demonstrate capacity to execute this project, to include the capacity of key personnel available and dedicated to completing the project, within mandated schedules. e. Past Performance similar in nature to the work required for this project on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past Performance will be based on CPARS/ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on past performance from the previous five (5) years. f. Location in general geographical area of the project and knowledge of the locality of the project; It is expected that your SF 330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to physically show up to the work site with 24 hours, when required. g. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (Awards, Outstanding Merits, Recommendations). h. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 4. SUBMISSION CRITERIA/REQUIREMENTS Interested firms having the capability to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to rachel.reed@va.gov no later than 3:00 PM, (local) on May 7, 2018. All SF 330 submissions shall be clearly indicated in subject line, displaying the RFP number and project title. Size limits of emails are limited to 5MB. If more than one email is sent, please number emails in Subject line as 1 of n. Example: SF 330 Submission, 36C24818R0468 Correct Architectural FCA Deficiencies Roofs at Bay Pines VAHCS (1 of 1). SF 330 submissions received after 3:00pm (local), May 7, 2018 will not be considered and will be handled IAW FAR 15.208(b). All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cage Code Dun & Bradstreet Number Tax ID Number The Email address and Phone number of the Primary Point of Contact. 5. REQUESTS FOR INFORMATION (RFI) ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to rachel.reed@va.gov. Phone inquiries will not be accepted. RFI s must be received no later than Apr 19, 2018. The firm and/or principals representing the project must be licensed in the State of Florida IAW State law and must meet all licensing requirements to sign and seal drawings. Examples of information resources are: http://www.myfloridalicense.com/dppr/pro/division/servicesthatrequirealicense_architect.html Florida Professional Engineering Certificate of Authorization http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca NCARB rules for all States and PR/VI on architectural licensing By responding to the Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/36C24818R0587/listing.html)
- Document(s)
- Attachment
- File Name: 36C24818R0587 36C24818R0587.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4202542&FileName=36C24818R0587-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4202542&FileName=36C24818R0587-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24818R0587 36C24818R0587.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4202542&FileName=36C24818R0587-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Bay Pines VA Healthcare System;10000 Bay Pines Blvd;Bay Pines, FL
- Zip Code: 33744
- Zip Code: 33744
- Record
- SN04878322-W 20180406/180404231417-30e1ada40bc0e5d43089e0e165eb76b1 (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 |