Veterans Affairs



FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 2010CArchitectural-Engineering (A-E) IDIQ - Multi Disciplinary32803VA248-15-N-136606-30-201560N14541310Department of Veterans AffairsOrlando VA Medical Center5201 Raymond StreetOrlando FL 32803Wayne L BogerContracting Officer407-646-4017Orlando VA Medical5201 Raymond StOrlandoFL32803Wayne.Boger@Wayne.Boger@GENERAL REQUIRMENTPROJECT 675-15-815,Veterans Integrated Service Network (VISN) 8, Orlando VA Medical Center Architectural-Engineering (A-E) Multi-Disciplinary, Indefinite Delivery, Indefinite Quantity (IDIQ) ContractTHIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO RFP PACKAGE TO DOWNLOAD. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. NO SITE VISIT IS PLANNED AT THIS TIME. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN OR IN SUBSEQUENT AMENDMENTS.This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Offerors must be registered in Systems for Award Management (SAM) at and certified in Vet Biz () at time of submission of their firm’s SF330 qualifications in order to be considered. As a Service Disabled Veteran Owned Small Business (SDVOSB) Offeror, you are verifying your firm meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Submitting firms themselves and/or any intended subcontract SDVOSB/ VOSB firms must be registered and visible/certified on Vetbiz and CVE Verified prior to award and meet all SDVOSB business certifications/representations.The selected A/E firm shall be responsive to the Orlando Department of Veterans Affairs (OVAMC) and provide design services and basic A/E Construction Period Services for a Multi-Disciplinary Indefinite Delivery/Indefinite Quantity (ID/IQ). The NAICS Code for this procurement is 541330 and the annual small business size standard is $14M.The A/E shall provide the following disciplines, but are not limited to Architectural, Mechanical (Plumbing, HVAC,and Fire Protection), Electrical, Structural, Civil, Landscape, Geotechnical, Surveying/Mapping, Interior Design, Hazardous Material and Environmental Services, National Environmental Policy Act (NEPA), Historic Preservation, Energy, Commissioning, Life/Fire Safety, Certified Independent Third Party (CITP) and Cost Estimation.Contract Limitations: No individual task order issued under the ID/IQ contract will be less than $2,500.00 or exceed $100,000.00. The maximum value for the life of the contract will not exceed $975,000.00. The minimum amount per individual task order shall be $2,500.00. This IDIQ contracting mechanism shall be available for a period of five (5) years or $975,000.00, whichever cap is reached first.The A&E will be given written information; participate in project planning meetings, pre- bid meetings, and pre-construction meetings as required; communicate with VA personnel via telephone or letter; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. The Orlando VA Medical Center (including outlying facilities) is a working facility, therefore phasing plans, minimizing downtime, and provisions continuation of service during outages is critical to this project.SCOPE OF SERVICES - GENERAL REQUIREMENTS OUTLINEThe Architect/Engineer (A/E) of this Indefinite Delivery/Indefinite Quantity contract shall provide professional design services specified in in the foregoing paragraphs. The services provided will include but not limited to develop and furnish design and construction period services as part of an Indefinite Delivery Indefinite Quantity (IDIQ).Place of Performance: Department of Veterans Affairs, Orlando VA Medical Center, shall encompass all owned Orlando VA facilities and locations.Lake Baldwin Campus (5201 Raymond Street, Orlando, FL 32803)Lakemont Campus (2500 S. Lakemont Ave Orlando, FL 32814)Lake Nona Campus (13800 Veterans Way Orlando, FL 32827)Viera Outpatient Clinic (2900 Veterans Way Viera, FL 32940)Design document tasks will include, but will not be limited to, preparation and/or performance of reports or studies, specifications, renderings, working drawings, site visits, meetings and meeting minutes, staff interviews, phasing/scheduling, and other related information and services. The general requirements are defined in the base ID/IQ.STATEMENT OF TASK (GENERAL)The Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity IDIQ shall consist of any combination of task listed in a Statement of Task. A general list of work elements proposed to be accomplished in this contract is provided below. Work elements shall include, but not limited to, the following:Design Programming and Development- All disciplinesConstruction Drawings development:Construction Period Services that may include but may not be limited to:Request for Proposals (RFP's) Development for Design-Build Projects iMaster Planning for multiple facilities:Strategic Planning Document DevelopmentCapital Asset InventorySpace PlanningInterior DesignCost EstimatingLife/Fire SafetySpecial Studies, Assessments, Audits, Inspections, Testing, and Compliance ReviewsCompliance with VISN S's Programmatic Agreement with the Florida State Historic Preservation Office (FSHPO)Commissioning or retro-commissioning of building systemsHVAC Design Manual for Hospitals Amendment BLighting StudyDesign AlertsQuality AlertsVA Signage Design GuideFire Protection Design Manual – Latest EditionCost EstimatingThe anticipated scope as described here is for reference, and final confirmation will be coordinated with the OVAMC. The IDIQ contract statement of work includes both Architect-Engineer services and other services. To a dominant extent, the Statement of Task specifies performance or approval by a registered or licensed architect or engineer.A/E SELECTION PROCEDURES:Selection Procedures in Federal Acquisition Regulation (FAR) 36.6, Veterans Affairs Acquisition Regulation (VAAR 836.6) and the Brooks Act, P.L 92-582 apply. In addition, the A/E must meet all state of Florida Licensing rmational resources related to State of Florida licensing requirements are: architect.html Florida Professional Engineering Certificate of Authorization (License): caFlorida Professional Engineering Endorsement Process: reciprocity NCARB rules for all States and PR/VI on Architectural Licensing: OF THE A-E FIRM:Firms responding to this announcement by submitting a SF 330 will be considered for initial evaluation. Following initial SF 330 evaluation discussions, interviews, and or negotiations will be held with at least three (3) A/E firms that are determined “MOST HIGHLY QUALIFIED” to provide the type of services required. Selected firms will be notified by telephone or email of selection and provided further instructions.Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under the contract. Projects not performed by the office/branch/individual team member for this requirement will be excluded from evaluation consideration.Selection of firms for discussions/interviews/negotiations shall be made by a Pre-selection Board by evaluation of the PRIMARY SELECTION CRITERIA listed below.PRIMARY SELECTION CRITERIA Note: Failure to address all selection criteria in sufficient detail will result in a low a rating or exclusion. For verification purposes, contract numbers shall be provided for all projects listed in the SF 330.Selection criteria (See FAR Subpart 36.6 and VA Acquisition regulation 836.6) are as follows:Professional qualifications necessary for satisfactory performance of required service. A board will evaluate, as appropriate, the education, training, registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The lead designer in each discipline must be registered as required by FAR 36.609-4 and 52.236-25. The A-E firm shall provide the licenses number for each of its professionals to include the Architects, Designers and Engineers as requited.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. A board will evaluate the specialized experience on similar projects and the technical capabilities (such as design quality management procedures, CADD, equipment resources, and laboratory requirements) of the prime firm and any subcontractors. The Board will evaluate where appropriate the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. A-E submission must demonstrate specialized experience in design/renovation of VA Hospitals/Clinics and Hospitals/Clinics. Projects performed at VA Hospitals/Clinics and Hospitals/Clinics that are similar in scope to the Statement of Task described in this notice are weighted more favorably.Capacity to accomplish the work in the required time. This requirement could have multiple A-E projects beginning and performed at the same time. The A-E submission shall clearly show the resources which the firm has available to accomplish the work. Keep in mind that the IDIQ contract capacity is $975,000. The firm must show that this amount of work can be handled.Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information obtained for Government Past Performance Information Systems may be accessed and utilized in the evaluation process. Demonstrated performance of a variety of A/E type contracts will receive favorable ratings. For verification purposes, contract numbers shall be provided for all projects listed in the SF 330.Location is the general geographical area of the projects and knowledge of the locality of the project; provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. It is expected that your SF 330 submittal demonstrate knowledge of the geographical areas that pertain to this IDIQ.Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. The SF 330 must address these criteria. Include this information in Tab A, Supplemental Information.Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The A-E submission package shall contain a signed and dated statement in Tab C, Miscellaneous Information affirming that that there are no records of significant claims because of improper or incomplete architectural and engineering services.Capability to respond. A-E’s SF 330s shall describe the firm’s resources and capability to respond to Government requirements for A-E Services. A board will consider more favorably SF 330 submission that reflect the best resources and capability to respond to Orlando VA Medical Center requirements for A/E services within a 24 hour of notice of task order requirement. Area of consideration for A/E serves are primarily in the following locations:Lake Baldwin Campus (5201 Raymond Street, Orlando, FL 32803)Lakemont Campus (2500 S. Lakemont Ave Orlando, FL 32814) Lake Nona Campus (13800 Veterans Way Orlando, FL 32827)Viera Outpatient Clinic (2900 Veterans Way Viera, FL 32940)Describe Specific Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. A-E firm with members working together for 3 or more years are rated more favorable.Main and Branch Office Staffing and Functions: Describe how the Main and Branch Offices are staffed with the proposed team (Prime and Subcontractors), staff members and key personnel, disciplines.Demonstrated ability to follow Sources Sought Notice instructions to include clarity, accuracy, organization and completeness of the Firm’s SF 330 submission. Information requested shall be provided as specified. Missing, misplaced or ambiguous information may result in the firms SF 330 Submission being downgraded. The Government is under no obligation to search for information.A/E SUBMISSION INSTRUCTIONS:The SF330 Submission package shall include the following information either on the SF330 or by supplemental information provided as a material element of the SF 330 Submission Package.Dun & Bradstreet NumberPrinciple Business AddressTax ID NumberThe e-mail address and phone number of the Primary Point of ContactA current copy of the firm’s Vendor Information Page that reflects current SDVOSB Status in VetBiz. See of the Florida Certificate of Authorization to perform A-E ServicesStatement (signed and dated) that there are no claims against the firm because of improper or incomplete architectural and engineering RMATION USED BY BOARDS:Boards will only consider the following information: SF330 Parts I and II; any required supplemental and miscellaneous information, documented performance evaluations.A board will not assume qualifications which are not clearly stated in a firm's submission. A board will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify information.MATERIAL SUBMISSION REQUIREMENTS:Interested firms having the capabilities to perform this project must submit SF 330 and the prescribed supporting documentation in the following format.Three (3) each, hard copies of the SF 330 submission package specified in the “Three Ring Binder Format” described below. All SF330 Parts I and II, signed and dated by the authorized representative shall be includedOne (1) CD -digital version of the hard copy SF 330 submission package.Three Ring Binder Format (Required)Cover PageTable of ContentsTab A: Supplemental InformationTab B: SF 330Tab C: Miscellaneous InformationSF 330 Parts I and II and all supporting documents must be received no later than 1:00 PM Local Tuesday, June 30, 2015.EMAIL SUBMISSIONS WILL NOT BE ACCEPTED. Hard copy SF 330 and supporting information shall be submitted/received in 3-ring binders with enough capacity0 to allow pages to turn freely without binding.Mail Delivery:Orlando VA Medical Center ATTN: Contracting Officer Lakemont Campus, Room 101 5201 Raymond St,Orlando FL 32803-8208Hand Delivered: Orlando VA Medical Center ATTN: Contracting OfficerLakemont Campus, Room 101 5201 Raymond StOrlando FL 32803-8208Point of contact is: Mr. Wayne L. Boger, Contracting Officer, Phone (407) 646-4017 Email: Wayne.Boger@.REQUESTS FOR INFORMATION ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to in writing to: Wayne.Boger@. No phone callswill be accepted. The Subject line shall read; A/E Project 675-15-815 || SOURCES SOUGHT RFI || VA248-15-N-1366 –Insert Name of Firm/Vendor Submitting RFI. The RFI period shall open at the posting of this notice and close at 4:00 PM local. 7 days prior to SF 330 submission date deadline.=============================================END ================================== ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download