The RFP Database
New business relationships start here

528A7-19-708 DESIGN 1ST AND 4TH FLOOR D-WING RENOVATION


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1st & 4th Floor D-Wing Renovation, Project # 528A7-19-708

Evaluation Criteria:
VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for Renovation of 1st and 4th Floor D-Wing SCI Primary Care, Project # 528A7-19-708.
This is a 100% total service disabled veteran owned small business set aside.
This project proposes to redesign and renovate the existing 1st and 4th Floor of the SCI D-Wing. This project will require abatement of all known and unforeseen asbestos containing materials as well as removal and disposal of any PCBs and other hazardous materials, in addition to demolition of the necessary existing walls, electric, lighting, ceiling, floor tile, mechanical equipment, ductwork, plumbing, etc. for approximately 9900 sf of existing space in order to redesign for Labs, Interview / Exam Rooms, Storage rooms, Group Therapy, Meeting Space, Administration / Business personnel. These new areas will contain all required medical gas, nurse call, ceiling mounted patient lifts and all necessary appurtenances. In addition, the AHU that handles this area will also be Replaced with a new high efficient state of art unit. Services shall include, multi-disciplinary investigative services, initial conceptual drawings, attending required design/review meetings, preparation of contract drawings and specifications, cost estimating services, and construction period services which shall include final punch list compilation and as-built drawings. Deliverables being provided to the VA will include initial conceptual drawings, 30%, 65%, 95%, and 100% drawings and specifications for review and approval, and 100% construction documents provided in multiple sized copies.
The intent is for the design to occur during FY2019 and with construction in FY2020 Q2.
The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Syracuse for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330:
1. Professional qualifications of the team proposed as specifically related to the requirements of this particular project (background of personnel: project manager, key personnel, consultants; project-related professional qualifications; specialized experience (project-related) of team members). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. Resumes to include SDVOSB Owner(s), Project manager, Lead Architect, Lead Mechanical Engineer designer, Lead Electrical Engineer designer, Lead Fire Protection Engineer, and provide current professional registrations/certifications of person/people who will be stamping the drawings if not listed above.
2. Specialized experience of the team proposed for this project (technical competence in the type of work required with specific emphasis on experience related to work at hospital patient wards and VA Medical Centers). Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects. List who or whom will be doing field investigation on this project and their past experience and knowledge of the Syracuse VA Medical Center.
3. Past Experience/Past Performance: Provide prior prime contractor (SDVOSB) experience on projects (no more than 5) awarded within the last three years for work in existing medical facilities similar in size, scope and complexity to this project. Do not include designed, but not yet constructed, projects. Include the following information for each project listed:
- Name, Address, Telephone Number, and Fax Number of a customer point of contact (POC) who would have the most detailed information about the AE's performance.
- Project location, award date, original completion date, actual completion date, original contract award amount, final contract amount. Include names, addresses and phone numbers of subcontractors used.
- Provide a narrative indicating lessons learned from these projects that will be helpful or applicable to Renovation of the D-Wing Unit. Indicate how these projects are similar in scope, design and complexity to Renovate D-Wing Area.
4. Proposed Management Plan and Approach (management plan for the design phase and the construction phase as well as overall design philosophy). If firm is partnering with one or more subcontractors, describe experience that team has had working together on projects of similar scope, design and complexity to Renovate D-Wing Area. Describe how firm will approach a project of this magnitude from initial contract award to 100% design, how the team is constructed (and benefits of such an organization) and describe role of team in construction period services. Include detailed breakdown of work the prime will be accomplishing and the total percentage in relation to the total project. IF THIS IS NOT INCLUDED, YOUR PACKAGE MAY BE FOUND NONRESPONSIVE.
5. Location (proximity of facilities and personnel to the geographical area of the work; corporate knowledge of local conditions related to the locality of the project). Include mileage from each sub- contractor (if applicable) not limited to the following:
Environmental Engineer, Mechanical Engineer, Electrical Engineer, Architect, Fire Protection Engineer
YOU ARE REQUIRED TO SUBMIT THIS ONSITE RESPONSE TIME WITH HOW YOUR FIRM WILL RESPOND. IF THIS IS NOT RECEIVED, THIS PACKAGE CAN BE FOUND NON RESPONSIVE.
6. Capacity to accomplish the work in the required time; requirement to provide the 100% design no later than December 30, 2019.
7. Estimating Effectiveness (construction estimate versus construction award amount: provide data/information on the ten most recently completed projects) and Project Control (describe techniques used by the A/E to control the schedule and costs and identify personnel responsible for these functions).
For estimating effectiveness, Include only hospital projects in Upstate New York , VA work will be graded higher. Include who is responsible for quality control/quality assurance of drawings and how that process works with subcontractors.
8. Miscellaneous Experience and Capabilities (Interior Design, CADD, Revit & Other Computer Applications, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation Considerations, Energy Conservation and New Energy Resources, CPM and Fast Track Construction).
9. Awards and Recommendations (identify any awards received for design excellence).
10. Insurance and Litigation (identify the type and amounts of liability insurance carried and who the provider is. Identify litigation involvement over the past five years with resulting outcome).
The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 500 mile radius of the Syracuse VA Medical Center as measured on google maps using the measure distance feature from the prime designer s address listed in Vetbiz to the Syracuse VAMC, 800 Irving Ave, Syracuse NY 13210.
All Standard Form 330s must comply with several restrictions. Any Standard Form 330 that does not comply with these requirements will be discarded without review. The restrictions for the Standard Form 330s are as follows:
All Standard Form 330s are to be typed in Times New Roman Font no smaller than point 12 font size with margins of no less than one (1) inch on all sides. In page limits, one (1) page refers to one side of a typed page.

Section D Organizational Chart of Proposed Team
Limit of one page for this section
List all Subcontractors on the organizational chart.
Section E Resumes of Key Personnel Proposed for this Contract
Limit of one page per resume
Limit of 10 resumes total
Section F Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract (Only completely constructed designs will be considered. Do not include designed, but not yet constructed, projects).
Limit of one page per project
Limit of 5 projects total
Section H Additional Information
Include Proposed Management Plan and Approach
Include discussion of the following evaluation factors:
Location
Capacity
Estimating Effectiveness
Project Control
Awards and Recommendations
Insurance and Litigation
Overall limit of five (5) pages for this section
Standard Form 330s with appropriate data for this project must be submitted ELECTRONICALLY to the Contracting Officer no later than March 1, 2019 by 12:30 p.m. EST. The overall size of the file cannot exceed 7MB; if additional space is required, divide the file into segments with each file size less than 7MB. No more than the first 2 files at 7MB each will be considered. Additionally, 4 hardcopies of the Standard Form 330s along with a CD containing an electronic copy of the Standard Form 330 in *.pdf form must be submitted to the Contracting Officer and received by no later than March 1, 2019 by 12:30 p.m. EST. NON COMPLIANCE WITH THIS REQUIREMENT RISKS YOUR PACKAGES AS BEING NON RESPONSIVE BEING NONRESPONSIVE
It is anticipated interviews for selection will be conducted in April/May 2019
This is not a request for proposal. NAICS 541330 applies. Service Disabled Veteran Owned Small business size for this NAICS is $15.0 million. Construction cost estimate is between $1,000,000.00 and $5,000,000.00.

Sandra L Fisher
Contract specialist
(315)425-4694

sandra.fisher3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP