Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
SOLICITATION NOTICE

C -- 693-352 A/E Services to Expand Mental Health Clinic The overall magnitude of the construction project for which A/E services are being sought is more than $10,000,000.

Notice Date
3/18/2020 6:25:25 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420R0050
 
Response Due
4/30/2020 12:00:00 AM
 
Archive Date
07/29/2020
 
Point of Contact
scot.plank@va.gov
 
E-Mail Address
scot.plank@va.gov
(scot.plank@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
CONTRACT INFORMATION: This A/E services requirement is being procured in accordance with the Brooks Act (Public Law [PL] - 582) as implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside for firms classified as ""Service Disabled Veteran Owned Small Business"" under NAICS code 541330, Architectural / Engineering Services. A resulting contract is anticipated to be awarded about August 30, 2020. It is anticipated that a negotiated Firm-Fixed Price contract will be issued as a result of this announcement. Contract Award Procedure: Before a Service Disabled Veteran Owned Small Business (SDVOB) is proposed as a potential contractor, the business must be certified by the Center for Verification and Evaluation (CVE), and verified in the Vendor Information Pages (https://vip.vetbiz.va.gov/). Failure of a proposed SDVOSB to be certified by the CVE, at the time the Standard Form 330 Architect-Engineer Qualifications (SF-330) is submitted, will result in elimination as a proposed contractor. Additionally, the SDVOSB shall be registered in the System for Award Management (SAM) database(http://www.sam.gov) Nature of Work: Provide Professional Design Services for the development of Construction Bid Documents and related Construction Period Services for the Expand Mental Health Clinic, Project 693-352. PROJECT INFORMATION: This project consists of Professional Design Services for the development of Construction Bid Documents and related Construction Period Services for the renovation of existing space on for clinical space, clinical examination space, waiting area, administrative space, IT server area and support function areas. The project area is located on the First Floor in Building 1 of the Wilkes-Barre VA Medical Center. The newly renovated 7,000 square feet space will also include a new entrance, waiting areas, administrative space, and support functions for outpatient mental health patient care, new IT server room (may need to build new area), telephone / communication room and administrative offices. This project will also renovate 2,900 square feet on the 2nd floor of building #1 to relocate the police offices. Work under this project will include architectural, electrical, mechanical/HVAC, plumbing, life safety and telecommunications design. The A/E Services required are for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. This work will involve the complete demolition of interior walls, ceilings, fixtures, flooring, plumbing, electrical and HVAC equipment. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. The services of an independent fire safety engineering firm will be required to review the drawings and specifications. Design will include the application of VA space criteria to provide for the proper program space, as needed. All designs must, at a minimum, be in accordance with all applicable Federal, State and Local codes as well as the Department of Veterans Affairs (VA) publications (Master Construction Specifications, Space Criteria, Construction Standards, etc.). Work under this project may involve environmental considerations, such as lead paint and/or asbestos removal, which shall be addressed within the design and included within the Construction Bid Package. The overall magnitude of the construction project for which A/E services are being sought is more than $10,000,000. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance. Team proposed for this project; Background of the personnel Project Manager Other Key Personnel Consultants Proposed Management Plan; Team organization Design Phase Construction Phase Previous Experience of Proposed Team; Project experience Mental Health experience Response Time; Prime Firm Consultants Specialized Experience and Technical Competence Architectural, environmental, electrical, plumbing and mechanical design Specialized in Outpatient Mental Health Clinic Project Control; Techniques planned to control the schedule and costs Personnel responsible for schedule and cost control Estimating Effectiveness; Five most recently bid projects Miscellaneous Experience and Capabilities: Experience in healthcare clinical design Experience with Surgical Operating Room design Experience with VA patient-centered care or Planetree philosophy Experience in ADA Experience in NFPA 101 Life Safety code LEED certification Energy conservation Industrial Hygienist Interior design 4. SUBMITTAL REQUIREMENT: Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541330. Where to Submit: Offerors shall submit all original proposals to: Wilkes-Barre VA Medical Center, Contracting (049E Scot Plank) 1111 East End Blvd Wilkes Barre, PA� 18711 Everett.shaver@va.gov All SF-330 submissions shall be clearly marked with the subject line displaying the solicitation number. Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $15 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A/E shall not include company literature with the SF-330. In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A/E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. In Section C of the SF-330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. In Section H, of the SF-330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. In Section H, Part I, SF-330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. In Section H, Part I, SF-330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, though not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. Personal visits to discuss this announcement will not be allowed. Package must include A/E Firm Point of Contact email address and phone number. 5. SOLICITATION: THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for the SF-330 only. Any requests for a solicitation will not receive a response. No material will be issued, and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified A/E Firm. Point of Contact: Contracting Email questions to scot.plank@va.gov with Expand Mental Health Clinic, Project in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d3a9cc14f3a4e1fa658bc53623f24c5/view)
 
Place of Performance
Address: Department of Veterans Affairs;Wilkes-Barre VAMC;1111 East End Blvd;Wilkes-Barre PA 18711 18711
Zip Code: 18711
 
Record
SN05592842-F 20200320/200318230217 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.