Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2020 SAM #6855
SOLICITATION NOTICE

C -- AE Replace Roof, Bldg 1 539-21-113

Notice Date
9/3/2020 2:23:57 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020R0127
 
Response Due
10/1/2020 11:00:00 AM
 
Archive Date
12/30/2020
 
Point of Contact
yvonne.demorest@va.gov, Yvonne Demorest, Phone: 513-559-3705
 
E-Mail Address
yvonne.demorest@va.gov
(yvonne.demorest@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Department of Veterans Affairs (DVA) Network Contracting Office 10 is seeking qualified Architect -Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for Project Number 539-21-113, Replace Roof for architectural and engineering (AE) services at VA Medical Center, Cincinnati, OH. Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236.25 Requirements for Registration of Designers whereby Architects and Engineers must be registered to practice in the particular professional field involved in Ohio (the full text of the clause can be read at www.acquisition.gov). Architects and Engineers performing work on projects must be registered. Description of work to be performed includes: Architect-Engineering services are required for Schematics Development (SC), Design Development (DD), Construction Documents (CD), technical specifications, Construction Period Services (CPS), site visits, cost estimates, and all other related information for the Replace Roof Project Number 539-21-113. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: GENERAL INTENTION: Contractor shall provide architect-engineer (A/E) services for Project No. 539-21-113 to replace the roof of Building No. 1 at the Cincinnati VA Medical Center, Cincinnati, Ohio, in accordance with the general items as written. A/E STATEMENT OF WORK: This contracted work includes preparation of drawings, specifications and cost estimates for all facets of work and trades necessary to facilitate award of a construction contract in order to replace the roof of Building No. 1. The entire area is involved in this project. The work involved will include the needed replacement of the Building #1 roof, which is vulnerable to leaks due to multiple projects having added or replaced units on the roof, as well as due to many previous various patches & slight repairs to the roof. Asbestos and lead-based paint abatement is part of this project (if necessary). As this is an occupied space, planning for phasing the construction work is required. Construction period services to include submittal/shop drawing review, answering questions, issuing amendments, site visits, creating bulletins/change order documentation (including cost estimates), review of contractor proposals for additional work, participation in punch list inspections, and the creation of record drawings. The above A/E SOW constitutes a basic outline of work and in no way outlines all of the details for the design of this project. It is recommended that a detailed inspection of the premises be initiated to determine the needs and conditions for the design and plans for this project. Copies of the original construction drawings/record drawings for the space are available for A/E use. The contractor shall furnish a complete design package to include plans, architectural, structural, electrical, mechanical, views, details, sections, elevations, shop drawings, independent fire/safety review, BIM record drawings, edited specifications, site visits, commissioning, and related information as required by the contract. Provide a Certified Industrial Hygienist (CIH) report, include abatement design drawings and/or specifications as well as other input into the specifications, provide an Asbestos/Lead- Based Paint Abatement Final Report with a cost estimate, and provide asbestos abatement monitoring/oversight. A survey and testing of suspect hazardous materials must be specifically conducted and reported in accordance with 40 CFR 763.85, Inspections; 763.86, Sampling; 763.88, Assessment. The Inspector must meet the training and certification requirements of 40 CFR 763 and Appendix B to Subpart E of Part 763, in addition to Ohio EPA Codes. They must provide copies of current training certificates and Ohio license. A/E to provide list of all equipment needed for project to be fully functional with identified equipment funding source (construction project funded, or VA funded). The funding source must be determined per the following decision tree: Decision Tree: Is the item necessary to meet requirements for an occupied building? All code required items, such as fire alarm, are required to be part of the construction project. If no, proceed to question 2. Is the item covered by OCFM's Master Construction Specifications PG-18- 1 Divisions 1 through 10, 13 through 26, or 28 through 48? If yes, the equipment is to be funded within the construction project. If no, go to question 3. Is the item covered in OCFM's Master Construction Specifications PG-18-1, Division 27 and not IT equipment? If yes, the equipment is funded within the construction project. If no, go to question 4. Is the item covered in OCFM's Master Construction Specifications PG-18- 1, Number 12 31 00, 12 32 00, 12 34 00, or 12 36 00? If yes, the equipment is funded within the construction project. If no, then the equipment must be funded by the respective equipment fund from medical care appropriations. A/E shall submit certification memo that design is independent of future projects and includes all equipment required for the project to be activated/fully functional as required by the OCAMES Updated Construction Guidance and Expectations Memo dated Sep 12th, 2016. The contractor shall be solely responsible for the management and professional design, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the contract. DESIGN WITHIN FUNDING LIMITATIONS: The design shall be accomplished by the A/E design services so as to permit the award of a construction contract, using standard Federal Acquisition Regulation procedures for the construction of the facilities designed at a price that does not exceed this project s estimated construction contract price of $6,124,200. Construction contract supervision will be conducted by the Project Section of Engineering Service at the Cincinnati VA Medical Center. Qualifications (SF330) submitted by each firm for the Replace Roof, Project Number 539-21-113 will be reviewed and evaluated based on the following criteria: Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 as follows: Professional Qualifications (Attachment 1): the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines which will be evaluated are architectural, engineering, and estimating. Specialized Experience and Technical Competence (Attachment 1): specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Capacity to Accomplish the Work: the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. Specific experience and qualifications: of personnel proposed for assignment to the project and their record of working together as a team. FAILURE TO CLEARLY ADRESS ALL FIVE LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $8.0 Million. Award of a Firm Fixed Price contract is anticipated. The A/E firm shall also be required to perform CPS if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS IN COMPLIANCE WITH VAAR 852.219.10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFROMATION PAGES DATABASE (http://www.vetbiz.gov) SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.beta.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. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.beta.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E- Verify within 30 days of the contract award date. They shall also need to begin using the E- Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet- based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) 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) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc.) and a CD copy of the Standard Form 330. Completed SF330s can be delivered to Network Contracting Office 10, Attn: Yvonne Demorest, 2780 Airport Dr., Suite 340, Columbus, OH, 43219, no later than 2:00 p.m. EDT, October 1, 2020. Outermost envelope or packaging shall clearly identify solicitation number and project title and number. No hand carried deliveries. Telegraphic, email, and facsimile forms are prohibited. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (yvonne.demorest@va.gov) telephone inquiries will not be honored. Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. Additional criteria will be provided to these firms, and they will be given approximately ten (10) calendar days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firms will be selected, sent solicitations, and subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations only, and not the SF-330 qualifications from Stage I. The contract is anticipated to be awarded in October/November. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f8dcbcadef5456cb211d46ae4ac4e80/view)
 
Place of Performance
Address: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, OH 45220-2637
 
Record
SN05785880-F 20200905/200903230154 (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.