The RFP Database
New business relationships start here

AE Design Renovation of Hospital 5th Floor Wings C and D


Florida, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS NOT A REQUEST FOR PROPOSAL OR REQUEST FOR QUOTE AND NO SOLICITATION DOCUMENTS ARE AVAILABLE AT THIS TIME. This is a sources sought document only.

The VA Medical Center in Miami, FL intends to award a contract for Architect/Engineering services for complete construction documents (working drawings, specifications, and reports), estimates and construction period services associated with the design of a newly renovated space This project will address the 5th Floor wings C&D existing conditions at Building #1, and will provide a design for the 5th floor wings C&D.
The design of this project will address, but will not be limited to, the following items:
Perform a technical evaluation of the existing site conditions, paying special attention to existing structural system, utilities, building operations, etc.
Establish additional programming requirements for the design project by collecting information from the designated VA personnel.
The A/E shall take into consideration all necessary life safety measures, as well as hospital flow when designing the construction phases. A justification shall be provided.
The project shall be phased from section to section to provide a minimum interruption to the medical center.
Provide a construction estimate per phase.
Design new ceiling configuration to fit proposed energy efficient light fixtures.
The A/E shall be responsible for physically identifying existing electrical panels, location and available capacity.
The A/E shall take into consideration VA guidelines for mental health facility and incorporate those requirements into the design.
The detailed project design should begin with the above-mentioned intense on-site physical survey and collection of previous project data.
All designs shall incorporate all architectural and engineering disciplines necessary to provide a complete and functional design. Designs shall be in accordance with all applicable requirements of NFPA, EPA, ANSI, OSHA, National Plumbing Code, National Electric Code, ASHRAE, National Safety Code, VA Specifications, VA Construction Standards, VA Design Handbooks, etc. and all applicable local, state, and Federal regulations and standards. Existing drawings will be made available to the AE; however, their accuracy shall be field verified by the AE and all consulting firms as part of investigative services.
The AE will be required to perform all necessary site survey work such as verifying record drawings.
The AE firm shall design this project with 20% deducts alternates included.
The following investigative work shall be included within the scope of this project:
1. Provide all Engineer investigative work for application to this project including but not limited to soil studies, vibration studies, electrical load testing, structural analysis and any other test or study required to complete this project. Verify existing conditions to insure the accuracy of your design, and verify location of underground utilities prior to necessary excavations.
2. Field verify VA furnished drawings to insure AE design is accurate. It is the AE s responsibility to determine existing conditions and to base the design on this information.
3. Materials to be furnished to the AE by the VA The following shall be furnished to the AE upon request:
a.VA Engineering Service will provide the AE with all applicable drawings for the project that are available. The accuracy of the paper copies of drawings is not guaranteed and shall be used only for general information. Actual conditions must be field verified by the AE and all consulting firms. The AE will then make copies of these drawings at the VA using VA equipment.
b. All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the World Wide Web at the following address:
http://www.cfm.va.gov/TIL/
Work will be completed, excluding construction period services, within 365 days after receipt of the Notice to Proceed. The NAICS code associated with this project is 541310, and the Small Business size standard is $7.5 M in annual gross revenues averaged over the past three years.
This acquisition will be a 100% Service-Disabled-Veteran-Owned Small Business (SDVOSB) set-aside and in accordance with VAAR 805.207, this competition is limited to those individual firms and joint ventures whose offices are located within the State of Florida. All offerors must have their own DUNS number and have sufficient staff at that location to perform the work, be registered in the System for Award Management (SAM) website located at http://www.sam.gov and registered as a certified Service Disabled Veteran Owned Small Business at the website, http://www.vetbiz.gov. A copy of the offeror s CVE certification letter must be included in the package. Submissions that do not meet these criteria will be determined non-responsive and ineligible for evaluation and/or award.

SUBMISSION CRITERIA/REQUIREMENTS:
Interested firms shall submit electronic copies of their qualifications and past performance data on Standard Form SF 330 (available at www.gsa.gov/forms) via email to deborah.murphy3@va.gov and provide one (1) hard copy to Deborah Murphy/VAMC West Palm Beach/7350 N. Military Trail/Contracting Building 12/West Palm Beach, FL 33410.
The outer envelope must clearly identify the RFI Number VA248-15-N-1226 and the project name Renovate Emergency Department. Hand delivered information packages will be accepted in addition to those sent by US Mail or by independent deliver service. Phone inquiries and faxes will not be accepted.
In addition to the SF 330 s offerors must include a cover sheet containing the following information: Company name, address and phone number; name and email of primary point of contact; number of completed VA projects; socio-economic status of and DUNS number for Contractor and all proposed consultants; tax ID number. The submission must also include a copy of the firm s CVE certification letter.
All documents submitted must be printed double-sided as per FAR 52.204-4(b): In accordance with Section 101 of Executive Order 13101 of September 14, 1998, Greening the Government through Waste Prevention, Recycling, and Federal Acquisition, the Contractor is encouraged to submit paper documents, such as offers, letters, or reports, that are printed or copied double-sided on recycled paper that meet minimum content standard specified in Section 505 of Executive Order 13101, when not using electronic commerce methods to submit information or data to the Government.
Those firms desiring consideration should submit their SF 330 (electronic and hard copy) to be received no later 4:00 PM, Tuesday, February 28, 2017.
Questions concerning this solicitation should be e-mailed to the Contracting Officer at deborah.murphy3@va.gov. Phone inquiries will not be accepted. Questions must be received no later than noon, Wednesday, February 15, 2017. Questions will not be accepted after that time.
Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836-602-1. Firms will be evaluated based upon:
Professional qualifications of personnel proposed for assignment to the project and record of working together as a team, demonstrating professional qualifications necessary for the satisfactory performance of the required services.
Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including but not limited to, experience in energy conservation, pollution prevention, waste reduction, Leadership in Energy and environmental (LEED) Design and the use of recovered/recycled materials.
Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services). Identify any unusually large existing workload that may limit the firm s capacity to perform project work expeditiously.
Past performance on contracts within the last three years with the Government agencies and other Department of Veterans Affairs Medical Centers, and private industry, in terms of cost control, quality of work and compliance with performance schedules. Please provide both an e-mail address and phone number for a point of contact for all projects listed in this section of the SF330.
Location in the general geographical area of the project and knowledge of the locality of the project. The offeror responding to sources sought notice VA248-17-N-0386 must be a licensed Architect in the State of Florida and licensed by the Florida Department of Business and Professional Regulation (DBPR).
Reputation and standing of the firm and its principle officials with respect to professional performance, general management, and cooperativeness.
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
Firms will be evaluated by a selected VA board whose evaluations will include, but are not limited to a subject assessment of the criteria above. A minimum of three of the most qualified firms will be invited to interview with the selection board and will again be evaluated by the VA board. The firm with the highest evaluation will be selected and asked to negotiate a fair and reasonable price.
Point of contact for this acquisition is Deborah Murphy, Contracting Officer, e-mail: deborah.murphy3@va.gov. Any questions must be submitted via e-mail. Phone inquiries will not be accepted.

Deborah Murphy
Deborah.Murphy3@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP