The RFP Database
New business relationships start here

Montrose Building 17 Egress


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

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.

The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 620-17-117 Building 17 Egress. This Project will provide egress tower design location alternatives to serve Building 17 location at the Hudson Valley Health Care System, Montrose Campus, 2094 Albany Post Road, Montrose, NY 10548.

This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7.5 Million. Magnitude of Construction is between $500,000 and $1,000,000. This is a 100% Veteran-Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before June 30, 2017. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Veteran-Owned Small Business (VOSB) set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns . In order to assure compliance with this clause, 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).

LOCATION
This Project will provide egress tower design location alternatives to serve Building 17 location at the Hudson Valley Health Care System, Montrose Campus, 2094 Albany Post Road, Montrose, NY 10548.

SCOPE OF SERVICE REQUIRED
PROJECT NO. 620-17-118 Building 17 Egress. 1.Provide egress tower design location alternatives to serve the Building 17 location. 2.Provide all Contract Drawings, Specifications and Estimates of the new freestanding metal egress stairway. 3.The construction documents shall provide sufficient information and detail to illustrate, describe and clearly delineate the design intent of the AE Firm and enable all Contractors to uniformly bid the project. 4. Provide all construction period services including the review and approval all of product and shop drawing submittals for the project, change orders, and all field site visits & reports. 5. Provide all CIH services necessary to create the new exterior stair tower. 6. An additional design alternate would be for a new internal egress stairway to serve the Building 17 Warehouse location.

The AE shall provide all necessary review materials in accordance with the Supplement B description of services attached, as well as to satisfy regulatory reviews.

The AE Design Firm shall provide all professional services to evaluate and design an exterior stair tower for the Building 17 Warehouse at FDR Montrose Campus to serve the upper floors and roof level (Floor 1, 2 and Roof). The AE firm will provide several alternate design locations for VA review, discussion and approval. The new egress stair will require the creation of new access openings and fire rated doorways from each floor level. The new stair tower must also be designed to contain egress lighting and have an enclosure to shield the stair tower assembly from normal weather conditions but is not required to be heated or cooled. The design must include all structural modifications and mechanical elements necessary to provide safe and secure egress of the warehouse building and the stair assembly.

This Scope of Work is intended as a guide for the AE to understand the overall basic design requirements of the project and is not intended to identify each specific design component related to code and construction items. The AE shall provide those details during the design phase of the project ensuring that they are in compliance with all applicable codes, regulating authorities, and the guidelines.

Codes required for compliance in this project include but are not limited to:
NFPA
New York State Fire Prevention and Building Code
ADAAG
ASHREA
NEC
AISC
ACI

The latest edition of code as of the time of contract being signed shall be used. In addition, any governing requirements that are scheduled to take effect on or before December 31st, 2016 are to be included in the design.
The Architect-Engineering (AE) firm shall be responsible for communication with, submission to, review with, and satisfaction of all necessary reviews with regulatory bodies. There shall be a preliminary engineering report supplied to all governing regulatory agencies with the 95% preliminary submission, and approval of this preliminary report must be received before the 100% preliminary design is considered complete. There shall also be a final engineering report supplied to all governing regulatory agencies with the 65% contract drawing submission, and approval of this preliminary report must be received before the 95% contract drawing design is considered complete. 100% complete contract submission package shall be submitted to the VA 14 days after 95% contract drawing design is approved. The AE firm is responsible for all other submissions required by these agencies for review, and for any corrections or adjustments required as a result of these reviews.

X. LOCATION
The A/E s proximity to the facility is factored into the evaluation and considered.

XI. CONTRACT SECURITY
This contract involves VA sensitive information. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies.

COST RANGE
Estimated Construction Cost Range: Between $500,000 and $1,000,000.

TYPE OF CONTRACT CONTEMPLATED
The Department of Veterans Affairs is contemplating awarding a firm fixed price contract.


ESTIMATED START AND COMPLETION DATES
The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows:

ITEM DATE

Receive Notice to Proceed from (NTP) TBD

Deliver 100% Preliminary Design 30 calendar days from NTP

100% Preliminary Design Review 40 calendar days from NTP

Deliver 65% Working Drawings 75 calendar days from NTP

65% Design Review 85 calendar days from NTP

Deliver 95% Working Drawings 115 calendar days from NTP

95% Design Review 125 calendar days from NTP

Deliver 100% Working Drawings 160 calendar days from NTP

100% Design Review 170 calendar days from NTP



The A/E shall perform the work required within the limits of the following schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews.

Construction:
Number of calendar days to complete construction is to be determined by the AE firm after the design is complete.


SELECTION CRITERIA
The Department of Veterans Affairs shall evaluate each potential contractor in terms of its:

Selection Criteria
Weighting
Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services.
20%
Examples of specialized experience and technical competence in various disciplines required for specific project.
10%
Capacity to Accomplish the work in the required time
20 %
Past experience and performance on government contracts.
20%
Proximity of firm or working office providing professional services to the facility.
10%
Reputation and standing of the firm and its principal officials with respect to professional performance, General Management, and cooperativeness.
5%
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
5%
Specific Experience and Qualifications of personnel proposed assignment to the project and their record of working together as a team.
10%
Total
100.0%


SELECTION CRITERIA DESCRIPTIONS
The selection criteria descriptions are provided below.

PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES.
Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope;

SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE
Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

CAPACITY
This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time.

The general workload and staffing capacity of the design office will be evaluated.
List current projects with a design fee of greater than $20,000 being designed in the firms office.
Indicate the firms present workload and the availability
of the project team (including sub-consultants) for the specified contract performance period;
describe experience in successfully delivering projects per
performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates;


PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required).
Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought.
Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts.
Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation.
Submission Requirements:
Submit a minimal of three (3) references; any of the following evaluations are acceptable:
A-E Contractor Appraisal Support System (ACASS),
Contractor Performance Assessment Report System (CPARS), or
Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2.
If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects.
A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Attn: Aletha Bourke, via email at Aletha.Bourke@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document

LOCATION
The A/E Firm proximity to the FDR VA Medical Center, 2094 Albany Post Road, Montrose, NY 10548 is an evaluation criteria.
This distance is determined according to http://maps.google.com/
This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below.

ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA.

LIMITATIONS
VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

SUBMISSION REQUIREMENTS
Qualified Veteran Owned Small Business firms are required to submit three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms ) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than May 31, 2017 including Past Performance (ACASS/CPARS) evaluations or Questionnaires (attachment 1). All submittals must be sent to the attention of Aletha Bourke at Aletha.Bourke@va.gov.

The submission must include an insert detailing the following information:
1. Dun & Bradstreet Number;
2. Tax ID Number;
3. The e-mail address and phone number of the Primary Point of Contact and;
4. A copy of the firms CVE verification as a Service-Disabled Veteran Owned Small Business.

The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Aletha.Bourke@va.gov, telephone inquiries will not be honored.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.

Aletha Bourke

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP