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 2010C100% RESTRICTED TO (SDVOSB)VA248-16-R-0441 Project #573-360Design Administration BuildingMalcom Randall VA Medical Center32025VA248-16-R-044102-18-201615N14541330Dept.of Veterans Affair; VA HealthcareSystem619 S. Marion AveLake City FL 32025Joey Grismorejoey.grismore@Dept.of Veterans Affair; VA Healthcare System1601 S. W. Archer RoadMalcom Randall VA Medical Center Gainesville, FL.32025USAJoey.Grismore@Joey.Grismore@DESCRIPTION: This request is 100% Restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB).THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT.THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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.FEDERAL ACQUISITIONS REGULATIONS (FAR) 36.6 (BROOKS ACT) SELECTION PROCEDURES APPLY. Firms design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) and implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of four firms deemed 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. The Malcom Randall VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.).The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The future bid build (Construction) project's projected NAICS code will be 236220 and the future project's construction estimated magnitude is between $5,000,000 and $10,000,000.The anticipated award date of the construction phase of the project is unknown and projected for September 2016. The anticipated award date of the proposed A/E contract for design is on or before April 29, 2016, with a total design time of no more than 237 days from NTP. Point of Contact: Joey GrismoreContracting OfficerJoey.grismore@PROJECT OVERVIEW:The following is an overview of the Veterans Affairs, North Florida/ South Georgia Veterans Health System; Malcom Randall VA Medical Center project entitled “Design Administration Building”.An Architectural Engineering (A/E) contract for the development of a complete set of construction documents to bid and construct a new 26,000+/- sf Administration Building to serve the Medical Center in Gainesville. The project will also address the removal of several outdated modular buildings once the new building is completed and occupied. The Complete Construction Documents will include, but not be limited to Construction Drawings, Technical Specifications, Reports, Independent Government Estimates, Bidding Assistance, and Construction Period Services. The following overview highlights the key aspects of the project: Design a 26,000+/- SF administration buildingDesign the removal of several existing, outdated modular buildings at the Gainesville facility. Address site accessibility of vehicle and pedestrian traffic. The building will be architecturally similar to the existing facility.The building will be structurally designed for vertical and horizontal expansion to an ultimate height of six stories.The building will not be in violation of air space for helicopter landing approaches, and such approach patterns will be identified and coordinated.The Construction Drawings will address necessary disciplines including but not limited to; Site, Landscaping, Structural, Civil, Architectural, Mechanical, Plumbing, Life Safety, Signage, Electrical, Communication, Security, and Demolition.Due to a portion of the project being the removal of outdated trailers, the Design will include Asbestos/ Lead Testing and Reports. The Construction Documents will include a Remediation Plan should one be required. The A/E will retain the services of a Certified Industrial Hygienist (CIH) to provide expertise in all aspects of identifying, assessing, and making recommendations concerning the management of asbestos and/or lead.A/E will be permitted to research the existing VA drawing files, but shall field verify all information gathered from the existing drawings. In addition, A/E will perform adequate utility verification to determine the horizontal and vertical location of existing utilities within the construction area.A/E shall provide an Independent Third Party Structural Peer Review and Report with the 100% Design submittal package.A/E shall provide an Independent Certified Third Party (ICTP) Safety Professional or Professional Credentialed to provide the necessary design reviews for compliance with national and local codes, standards, and federal and state regulations; including Life Safety issues.Design package will include multiple phasing plans to minimize the impact of the project on the regular operation of the medical facility including impacts by utility shut downs, and interference with pedestrian, passenger vehicle, and delivery truck circulation.Submissions shall be in accordance with the A/E Submission Instructions for Project No. 573-360.; For additional input see FIRM SELECTION: Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of submitted SF330s, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be selected for discussions/interview/negotiation. 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 following selection criteria. Failure to address all selection criteria will result in a decreased rating. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: 1. Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s). (The firm and A-E on staff representing the project or signing 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 Licensure.)2. 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. (Include Government and private Experience on similar projects)3. Capacity to accomplish work in the required time. (Provide firms experience with similar size projects and available capacity of key disciplines).4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.(Government Past Performance Information Systems will be accessed) Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and the Facilities and Contracting Officer knowledge of current project performance.5. 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 respond to emergency calls in person with 24 hours if awarded the contract.) The area of consideration for offers is a 350 mile driving radius between offeror principal business location and the VA Medical Center, Gainesville, FL. Offers outside the 350 mile radius will not be considered. (Determination of mileage eligibility will be based on ). 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations)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.9. The selected A/E should have previous experience in the type of project required to Update Life Safety Drawings and assessment of a facilities statement of conditions. The A/E must provide documentation of at least two similar projects with references, names, and phone numbers with the SF 330. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit:ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Joey. grismore@ ; no later than 4:00 PM, Eastern on February 18, 2016. ANDMAIL THREE (3) HARDCOPIES SF 330, including Parts I and II, and attachments to: Department of Veterans Affairs Lake City VA Healthcare System Network Contracting Office 8, #2D123 ATTN: Joey Grismore 619 S. Marion Ave Lake City FL 32025All SF 330 submissions must include the following information either on the SF 330 or byaccompanying document:1) Cage Code 2) Dun & Bradstreet Number3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact5) A copy of the firms Vet-Biz Registry NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz () and registered in the System for Award Management (SAM) database () at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.6) SF 330 MUST INDICATE THE PERCENTAGE of the cost of personnel for contract performance that will be spent for the prime firm's employees and the percentage that will be spent for employees of other eligible service-disabled veteran-owned small business concerns that are subcontracted (if any). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is in order to assure compliance with FAR Clause 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside and VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Failure to provide this information will deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process.REQUESTS FOR INFORMATON ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to joey. grismore@The firm and or AE on staff representing the project must be licensed to practice in the State of Florida under State law and must meet all Licensing requirements to sign and seal drawings. Examples of information resources are:Florida Architectural License: Professional Engineering Certificate of Authorization: Professional Engineering Endorsement Process: rules for all States and PR/VI on architectural Licensing: _id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z By responding to this Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74. 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 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 provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. All SF330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project title (abbreviated or shortened is okay). Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as "1 of n". Example: SF330 Submission, VA248-16-R-0441-Design Administration Building, at the Malcom Randall VA Medical Center Gainesville, FL. Submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF330 submission package. It is the offeror's responsibility to check the Federal Business Opportunities website at: for any revisions to this announcement prior to submission of SF330s. ................
................

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

Google Online Preview   Download