Www.vendorportal.ecms.va.gov



FedBizOppsPresolicitation 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 Presolicitation NoticeRev. March 2010C36C24718R0712-A/E Svcs-Correct Critical FCA Deficiencies& Relocate OT/PT & Prosthetics to Bldg. 19A36C24718R0713-A/E Svcs-Upgrade/Refurbish Hydraulic Elevators36C24718R0714-A/E Svcs-Correct Fire Alarm Sys Deficiencies3008436C24718R071207-16-201890N14541310Department of Veterans AffairsVISN 7 Network Contracting OfficeLaVista Business Park - Bldg A2008 Weems RoadTucker GA 30084Phillip M. BraswellContract SpecialistPhillip.Braswell@Carl Vinson VA Medical Center1826 Veterans Blvd.Dublin, GA31021USA ARCHITECT-ENGINEERING (A/E) SERVICES: The Carl Vinson VA Medical Center, Dublin, GA is seeking qualified A/E firms to furnish professional services for three (3) projects. The VAMC intends to award three (3) separate projects. Respond to each project on a separate SF 330.Project # 1 – Correct Critical CA Deficiencies and Improve Patient Safety with the Relocation of Prosthetics and Rehab to Building 19A. Services will provide for the renovation of the 1st floor of Building 19 at the Carl Vinson Medical Center, Dublin, GA. This project will correct all D&F FCA deficiencies identified in the Capital Functional survey in Building 19A as well as dedicating floor function for Prosthetics & Occupational Therapy/Physical Therapy Service line functions. Currently, Prosthetics is located on the 1st floor of Building 9. This relocation of Prosthetics will provide a more suitable location as well as provide state-of-the-art spaces for these services as well as for Occupation/Physical Therapy. Design will also include new design of HVAC duct work and VAV locations, pursuant to the new floor layout. Design will include correcting all FCA deficiencies identified in the Capital Function Survey and creating ideal work flows for service lines identified to occupy the space. Design shall be in accordance with all VA Design Guides (VA OIT Design Guide) FISI checklist, VA Handbook 6500, BICSI Telecommunications Distribution Methods Manual, EIA/TIA standards and ASHRAE requirements.Project # 2 – Upgrade and Refurbish Hydraulic Elevators. Services will provide for the design to upgrade and refurbishment of 13 existing hydraulic elevators throughout the Carl Vinson Medical Center, Dublin, GA. This project will correct issues with aging elevator systems and correct identified FCA discrepancies. Designer will, self-perform or hire a reputable elevator company, to inspect every component of each elevator and provide detailed drawings of corrective actions needed to bring the facility elevators into compliance. Additionally, the design will include inspection of the fire alarm system for each elevator based on current NFPA requirements and corrections actions, if needed, to bring the elevators up to code. Design shall be in accordance with all VA design Guides (VA OIT Design Guide) FISI checklist, VA Handbook 6500, BICSI Telecommunications Distribution Methods Manual, EIA/TIA Standards and ASHRAE requirements.Project # 3 – Correct Critical Fire Alarm System Deficiencies. Services will provide for the design of a phased project to correct all fire alarm deficiencies on the 2016 Dublin Facility Condition Assessment (FCA). Deficiencies include upgrading to station-wide addressable fire alarm system, including panels, wiring, ADA compliant initiating and signaling devices. Current campus-wide area is 770,386 square feet. Design should include two separate and complete bid packages for two phases to align with construction funding. As a part of the 35% design, A/E shall complete a life cycle cost analysis to determine the most cost-effective means of mitigating the FCA deficiencies. Analysis shall take into account cost of new equipment and installation as well as maintenance over life of installed equipment, with potential to move away from sole source installer to a distributor with certified installers and maintenance technicians. Design shall be in accordance with all VA Design Guides (VA OIT Design Guide) FISI checklist, VA Handbook 6500, BICSI Telecommunications Distribution Methods Manual, EIA/TIA Standards and ASHRAE requirements. The awarded A/E firm will prepare drawings and specifications in sufficient detail that qualified outside general contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring hat the specifications and drawings supplied fully represent all of the work described in the Request for Proposal. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E firm to minimize impact of the construction. The NAICS code for this project is 541310. The SF 330 can be downloaded through the GSA Forms Library at type in SF 330 in the “Find a Form” block and click on search.THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER A COMPLETE EVALUATION IS COMPLETED.Each project is 100% set aside for a service-disabled veteran-owned small business (SDVOSB) concern and the award of a firm fixed price for each project is anticipated. The NACIS code for these projects is 541310 and the applicable small business size standard is not more than $7.5 million in annual gross revenues averaged over the past three years. Interested parties shall insure current state licensing, shall have current registration in the Central Contractor Registration (CCR) database at ., verified as a SDVOSB in VetBiz information pages (VIP) at and reporting to VETS 4212 program at . SDVOSB verification is mandatory to be considered for award. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend meetings in person on site at the Carl Vinson VA Medical Center, Dublin, GA. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within a 200 mile radius of the Carl Vinson VA Medical Center, Dublin, GA. Interested firms shall submit three (3) copies of their SF 330 with appropriate documentation and the same on 2 CDs to the Carl Vinson VA Medical Center, Engineering Department, ATTN: Scot Holley or Sara Stover, 1826 Veterans Blvd., Bldg. 29, Dublin, GA 31021. Offerors shall also submit their SF 330 with appropriate documentation (1 copy & 1 CD) to the Department of Veterans Affairs, VISN 7 Network Contracting Office, LaVista Business Park – Building A, ATTN: Phillip M. Braswell, Contract Specialist, 2008 Weems Road, Tucker, GA 30084.FIRMS SHALL SUBMIT SF 330 PACKAGES NOT LATER THAN 3:30 PM EST, MONDAY, JULY 16, 2018. Submitted SF330s will include the following elements:Standard Form 330 (Rev. 3/2013) – Architect-Engineer Qualifications SF330, Section H: Additional InformationFirms submitted SF330s will be evaluated by an A/E evaluation board, scored and ranked according to score. The following evaluation criteria will be used to evaluate SF 330 technical proposals:Professional qualifications necessary for satisfactory performance of required services. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, and waste reduction. Demonstrated success in prescribing the use of recovered materials, and using waste reduction and energy efficiency in facility design. Provide examples of experience and demonstrate the ability to provide professional consulting and design services relevant to hospitals and healthcare organizations; familiarity with applicable codes and ability to incorporate in design documents the requirements of the Joint commission, OSHA, NFPA, IBC, and other such regulatory organizations, and commissioning certification and experience. This includes, but is not limited to; safety related requirements as the implementation of interim life safety measures (ILSMs) and infection control risk assessments (ICRAs). Capacity of the A/E firm to perform work required within required time frames and budget. Volume of previously awarded contracts and government experience should be demonstrated.Past performance on contracts with Government agencies and private industry. Highlight past performance in a hospital environment, including, but not limited to design development, design approach, construction cost estimating and estimating effectiveness, cost and schedule control, code review and implementation, quality of work, and compliance with performance schedules, etc.Geographic location and facilities of the working offices which will provide the professional services and familiarity with the area in which the project work is located and knowledge of the locality of the project.Reputation and standing of the firm and its principal officials with respect to professional performance, national recognition, general management and cooperation.Record of significant claims against the firm because of improper or incomplete architectural and engineering services (Errors and Omissions).Specific experience and qualifications of the proposed personnel assigned to the project design and management teams and their record of working together as a team.Acceptability under other appropriate evaluation criteria; i.e. SF330, Section H:Management Plan Management ProcessQA/QCCost ControlSchedule ControlProposed Design Approach Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting and all Joint Ventures must be CVE verified, submit agreements that comply with 13CFR 125.15 prior to contract award.The selected A/E firm should have previous experience in the design of renovation within Medical Facilities. The A/E firm must provide documentation of at least two (2) designs of renovations within Medical Facilities with references, names and phone numbers with their SF 330.Firms will be evaluated by an A/E evaluation board, scored and ranked according to score. The three (3) most qualified firms will be invited to interview with the evaluation/selection board and will be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. This is not a request for proposal and no materials will be issued and no solicitation package or bidder/plan holder list will be issued. All questions regarding this announcement must be e-mailed to the contract specialist, Phillip M. Braswell at Phillip.Braswell@. ................
................

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

Google Online Preview   Download