The RFP Database
New business relationships start here

Design of Project No. 573-CSI-123, Expand Cardiology Service


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

This Pre-solicitation Notice is Not a Request for Proposal.
All information needed to submit SF330 Documents are contained herein.

The Malcom Randall VA Medical Center located in Gainesville, Florida is seeking a qualified Architectural Engineering firm to perform A/E Services.

This is a 100% Service-Disabled, Veteran Owned, Small Business (SDVOSB) set-aside. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR B'125.6. Proposals will only be considered from SDVOSB concerns that are verified in Vetbiz at the time of submission of proposal and prior to date of award in accordance with VAAR 804.1103-70. Any person, persons, or business entity suspected of misrepresenting itself for the purpose of securing a Government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts.

For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vip.vetbiz.gov), and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.

The Contractor shall provide all design services necessary to Renovate 3D For Cardiology Services at the Malcom Randall Veterans Affairs (VA) Medical Center in accordance with the statement of task.

PROJECT NO./TITLE: 573-CSI-123 / Expand Cardiology Service

Work Location: Department of Veterans Affairs (VA), Gainesville FL

Estimated/Target Completion Period: 237 calendar days after Notice to Proceed (NTP).

SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) 2:00 PM (EST) May 25, 2018. Email capacity is limited to seven (7) megabyte (Megs).

In order to assure compliance with FAR Clauses 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-14(b) (1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, all firms submitting a SF 330 for this pre-solicitation notice are required to indicate what percentage of the cost of contract performance will be expended on 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 consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation.

At the time of proposal submission, contractors must have current registration/certification in System for Award Management (SAM) at www.sam.gov and VetBiz at www.vetbiz.gov. Proposals of Contractors not registered/certified in both databases will not be considered for award.

Magnitude of this project is between $500,000 and $1,000,000. NAICS: 541330 Engineering Services. Size Standard is $15 Million.

Federal Acquisition Regulation (FAR) Part 36.6 (Brooks Act) selection procedures apply. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Pursuant to FAR, the firm responding to this requirement must be permitted, by law, to practice the profession of architecture or engineering and meet all required qualifications. State of Florida requires a Florida State license for all.

Point of Contact: Melissa Keene, Contracting Officer/Specialist; PH: 813-631-2811; Email: melissa.keene2@va.gov

STATEMENT OF TASKS: Provide all design services necessary to bid the new space for two new bi-plane catheterization laboratory, additional recovery and support space for the Cardiology Service of approximately 3,000+/- sf at the Medical Center in Gainesville, Florida. The Complete Construction Documents will include, but not be limited to Construction Drawings, Technical Specifications, Reports, and Independent Government Estimates. In addition, the A/E shall provide bidding Assistance and Construction Period Services. The following overview highlights the key aspects of the project:

Design a new cath labs, control room, equipment room and support space of approximately 3,000+/- SF footprint that will be architecturally similar to the existing facility space. The building space will be designed for connection of the existing 3rd Floor into the adjacent courtyard area, space above will be utilized for necessary mechanical and utilities for the immediate area.

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 existing material, 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.

Construction Period Services include review of submittals, review analysis of change orders and costs, site visits, and construction administration.

Attend 30%, 65%, 95%, and 100% Design Review Meetings.

SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance:

Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)).B Note:B All Architectural Engineering Firms wishing to perform services in the State of FL do require a Florida License no matter whether it s a federal procurement or otherwise.B B Additionally, if you offer architectural services in a branch office then you must have a Florida licensed architect in the branch office with supervisory control.B B Provide your information on the SF 330 clearly marked with a copy the Florida license. B
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. B (Include Government and private Experience)
Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
Capacity to accomplish work in the required time.
Past performance similar in nature to the work required for this project on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.
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 within 24 hours if required.
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
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 the SF330s received, three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. 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 selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. 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 removed from consideration. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract.

Submission Requirements: The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF
Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference.
The following format shall be used:

(1) Cover Page with Solicitation Number, Project Title

(2) Table of Contents

(3) SF 330 s

(4) Copy of Current A/E Florida License

(5) Copy of current vetBiz.gov SDVOSB certification

(6) DUNS Number

(7) Cage Code

(8) Tax ID number

(9) The E mail address and Phone number of the Primary Point of Contact.

All SF330 submittals and questions must be sent electronically to the attention of Melissa Keene,
Contracting Officer at melissakeene2@va.gov . When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330.

THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS ARE CONTAINED HEREIN. NO ADDITIONAL SOLICITATION PACKAGE OR TECHNICAL INFORMATION WILL BE ISSUED. SITE VISITS WILL NOT BE ARRANGED DURING THIS PHASE.

Melissa Keene

melissa.keene2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP