Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2018 FBO #6181
DOCUMENT

C -- Renovate Yellow Team Lobby/Waiting Area, Project # 503-19-106 - Attachment

Notice Date
10/24/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;James E. Van Zandt VA Medical Center;2907 Pleasant Valley Blvd.;Altoona, PA 16602-4377
 
ZIP Code
16602-4377
 
Solicitation Number
36C24419R0012
 
Response Due
11/26/2018
 
Archive Date
2/24/2019
 
Point of Contact
David G. Gottshall
 
E-Mail Address
a,
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Project # 503-19-106, Renovate Yellow Team Lobby/Waiting Area This announcement is for the selection of an Architect / Engineer Firm to perform design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits for the Construction of Project # 503-19-106, Renovate Yellow Team Lobby/Waiting Area at the VA Medical Center in Altoona, PA. The magnitude of construction for the above referenced project is between $250,000.00 and $500,000.00. The Construction Period services are expected to begin following the issuance of the Construction Notice To Proceed. It is anticipated that a Firm Fixed Price Contract will be awarded to the A/E Firm selected for the aforementioned design services. The most highly qualified A/E Firm will be required to participate in a Preproposal Conference prior to the submission of price proposals. Any cost associated with the participation in the Preproposal Conference is not reimbursable. Contract award is subject to the availability of funds for FY 2019. Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified will be compiled on a shortlist of candidates who will be contacted for an interview. The following evaluation criteria, listed in descending order of importance, shall be used to evaluate firms and determine the most highly qualified firm for possible contract award. The Professional Qualification and Specialized Experience/Technical Competence (i.e., Evaluation Factors #1 & #2) factors are slightly more important than the other six factors (i.e. Evaluation Factors #3, #4, #5, #6, #7 and #8). 1. Professional Qualifications necessary for satisfactory performance of required services: This factor evaluates the individual experience of the persons that are to be assigned to the design team. The firms should provide information on the individuals from each relative discipline that are anticipated to be assigned to key positions on the design team. The key positions should include Project Managers, Quality Assurance Managers, Architect, Plumbing Engineers, Electrical Engineers, Mechanical Engineers, Fire Protection Engineers, Interior Designer, Estimator and strong familiarity in sustainable design and energy efficiency. 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. This may include carpentry, painting, electrical, and all work to return space to finished, functioning condition. Experience providing drawings in REVIT 17. Designing general construction of the space to include site utilities and work as stated above. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. The intent of this project is to provide the Government with constructible documents detailing the general construction required to renovate the specified space per the Scope of Work. Documents shall also dictate proper documentation of completion and acceptance of finished work. The A/E will furnish design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits for Project No. 503-19-106, "Renovate Yellow Team Lobby/Waiting Area. This project will remove existing; wall paper, vinyl borders, ceiling grid, ceiling panels, flooring, and existing lighting in the yellow Team lobby/waiting areas. It will provide and install new; ceiling grid, ceiling tiles, ceiling lights, new painted wall finishes, new rubber wall border, new corner guards in the yellow Team lobby/waiting areas. Work in the Yellow Team lobby/waiting areas will be performed after hours, unless specifically permitted. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 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: This factor shall be evaluated based on the information provided by the A-E on similar type projects, performance appraisals on file with the Department of Veterans Affairs, any Government sponsored performance rating system and contact with personnel listed in the SF 330 regarding past performance as well board members personal knowledge of the firm. 4. Capacity to Accomplish the Work in the Required Time: This factor evaluates the ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the projects in the required time. 5. Location in General Geographical Area of the Project and Knowledge of the Locality of the Project: This factor evaluates the distance from the A-E firms design office from the location of work (James E. Van Zandt VA Medical Center), and knowledge of the geographic area. The personnel identified as the key 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 principal 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. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) codes for this work is 541310. The small business standard is $7.5 million dollars. Service Disabled Veteran Owned Small Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company registration. Additionally, any potential awardees must also be registered in the System For Award Management (SAM). Registration can be accomplished by visiting www.sam.gov. To be considered for this contract Firms shall submit three (3) hard copies of their Standard Form 330 (Parts I & II) and a CD copy of their Standard Form 330 (Parts I & II) to the James E. Van Zandt VA Medical Center Attention: Contracting Office, Building 2, Room 114, David G. Gottshall, 2907 Pleasant Valley Blvd Altoona, Pennsylvania 16602-4377. Standard Form 330's must be received no later than 2:00 PM on November 26, 2018. Inquiries regarding this announcement can be sent to David G. Gottshall via E-Mail david.gottshall@va.gov. Submissions by Electronic means are not permitted. Additionally, the submissions must include an insert detailing the following information placed at the front of the Submission. Duns & Bradstreet Number Tax ID Number The E-mail address of the Primary Point of Contact. A printed copy of the firms VetBiz Registry. A copy of the letter from the Center for Veterans Enterprise (CVE) verifying the firm s status as an SDVOSB. The letter must be must be current and no more than one year before the submission deadline. A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime. A copy of the firm s Pennsylvania State Licensure for the SDVOSB Prime or a statement indicating how the provided drawings will be sealed by a PA licensed Engineer. Special Note: An A/E Firm failing to provide any of the documentation detailed in the Sources Sought Notice may be determined as Non-Responsive and may not be considered. The following is an excerpt from the Scope of Work for Project# 503-19-106. As previously stated, this is not a Request for Proposal. The inclusion of the excerpts in the Sources Sought Notice is to provide a broad overview of the design project to assist the A/E Firms to prepare their SF330s. SCOPE OF WORK A. INTRODUCTION AND OVERVIEW This statement of work will be issued under contract Renovate Yellow Team Lobby/Waiting Area, Project # 503-19-106. Background Design work includes but is not limited to: Perform a complete site survey to evaluate existing conditions and space available for renovations, coordinating phasing of project, assembly and review of specifications, As-builts and closeout procedures. Phasing shall be incorporated into the design to minimize disruptions and coordinate infection control, safety and security related items. Must have experience providing drawings in Autodesk s AutoCAD Architecture, MEP 3D, and Revit. Scope of Work A/E will furnish design services, technical specifications, working drawings, cost estimates, as-built drawings, construction period services, and site visits for Project No. 503-19-106, "Renovate Yellow Team Lobby/Waiting Area. This project will remove existing; wall paper, vinyl borders, ceiling grid, ceiling panels, flooring, and existing lighting in the yellow Team lobby/waiting areas. It will provide and install new; ceiling grid, ceiling tiles, ceiling lights, new painted wall finishes, new rubber wall border, new corner guards in the yellow Team lobby/waiting areas. Work in the Yellow Team lobby/waiting areas will be performed after hours, unless specifically permitted Preliminary Requirements include but are not limited to: a. At the 30% submission design review, the A/E shall submit a printed and electronic summary b. The A/E will be notified on or shortly after the 30% review meeting of the Government s selected basis of design. The A/E shall use the basis of design as they further define the requirements of the contract documents. c. At the 60% submission, the A/E shall have all major components identified. All components shall have an associated product data sheet and cost to be included in the handbook and cost estimate. The A/E shall submit a Fire & Safety Review (includes drawings, specs, estimate, fire protection outline, etc.) and provide review comments to the VA. d. During the 60% submission design review, the A/E shall present all project phasing shall be designed to minimize operational disruptions and must be coordinated to include compliance with infection control, safety and security related items e. The Government must retain the rights to all associated software and have full access to all elements of the steam trap monitoring system. At no point can the Government be locked out of the steam trap monitoring system. f. The A/E shall note in the specifications and drawings that no work shall be performed during two weeks in each year during a JCAHO inspection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419R0012/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24419R0012 36C24419R0012_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4651562&FileName=36C24419R0012-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4651562&FileName=36C24419R0012-000.docx

 
File Name: 36C24419R0012 012 503-19-106 SOW Renovate Yellow Team LobbyWaiting Area 10.19.2018.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4651563&FileName=36C24419R0012-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4651563&FileName=36C24419R0012-001.pdf

 
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: Department of Veterans Affairs;Network Contracting Office 4;James E. Van Zandt VA Medical Center;2907 Pleasant Valley Blvd.;Altoona, PA
Zip Code: 16602-4377
 
Record
SN05133285-W 20181026/181024230547-fe56628725dbee8b6c41446411c53ea7 (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.