The RFP Database
New business relationships start here

PROJECT NO. 632-17-107, RENOVATE DIALYSIS


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.
U.S. 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 Renovate Dialysis, Bldg. No. 200, Project No. 632-17-107, at VAMC Northport NY. This project will renovate dialysis space in Building 200 at VA Medical Center Northport, 79 Middleville Rd., Northport, NY 11768. See Submission Requirements below, submissions are due no later than September 2, 2017 8:00 AM ET.
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 $2,000,000.00 and $5,000,000.00. This is a 100% Veteran Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 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; must be certified as a Veteran Owned Small Business (VOSB) in VetBiz at time of offer response. This is a Veteran Owned Small Business set-aside. As a prospective offeror 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) VA Notice of Total Veteran-Owned Small Business Set-Aside (Dec 2009): (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. In order to assure compliance with this clause, all firms submitting a SF 330 for this announcement 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).
SCOPE OF SERVICES REQUIRED
Provide Architect and Engineering services for this project to renovate dialysis, Bldg. No. 200, at VA Medical Center Northport NY, 79 Middleville Rd. Northport, NY 11768. Project No. 632-17-107, Renovate Dialysis. This Project will renovate the Dialysis Unit at Bldg. No. 200 at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. The Project includes renovation of approximately 5,200 square feet of existing space located at the third floor of the main hospital building. Technical disciplines include but are not limited to architecture, fire protection engineering, interior design, structural engineering, mechanical engineering, electrical engineering, health facility planning, industrial hygiene, scheduling, and cost estimating. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/).
Schematics: General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as defined in Supplement B.
LOCATION
A/E must have an existing active design production office within a 250 mile radius of the Northport VA Medical Center. A/E office location in the geographical area of within 250 mile radius to VA Medical Center Northport, 79 Middleville Rd. Northport, NY 11768. This distance is determined according to http://maps.google.com/

COST RANGE
Estimated Construction Cost Range: Between $2,000,000.00 and $5,000,000.00.

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:

Submit authorization request for site survey and/or subsurface exploration not later than 7 calendar days after award

Deliver First Schematic Review material (65% complete) to Contracting Officer not later than 56 calendar days after award

Review First Schematic Review material (65% complete) with Contracting Officer on or about the 84 calendar day after award

Deliver Second Schematic Review material (100% complete) to Contracting Officer not later than 98 calendar days after award

Review Second Schematic Review material (100% complete) with Contracting Officer on or about the 119 calendar day after award

Deliver First Review (DD) material (20% complete) to Contracting Officer not later than 147 calendar days after award

Review First Review (DD) material (20% complete) with Contracting Officer on or about the 175 calendar day after award

Deliver Second Review (DD) material (35% complete) to Contracting Officer not later than 189 calendar days after award

Review Second Review (DD) material (35% complete) with Contracting Officer on or about the 210 calendar day after award

Deliver Third Review (CD) material (75% complete) to Contracting Officer not later than 266 calendar days after award

Review Third Review (CD) material (75% complete) with Contracting Officer on or about 294 calendar day after award

Deliver Fourth Review (CD) material (100% complete) to Contracting Officer not later than 322 calendar days after award

Review Fourth Review (CD) material (100% complete) with Contracting Officer on or about calendar day after award

Deliver Final Bid Documents to Contracting Officer not later than 364 calendar days after award

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.
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 the following:

Selection Criteria
Weight
1.
Professional qualifications necessary for satisfactory performance of required services
15%
2.
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
15%
3.
Capacity to accomplish the work in the required time
10%
4.
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules
15%
5.
Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project
10%
6.
Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness
10%
7.
Record of significant claims against the firm because of improper or incomplete architectural and engineering services
10%
8.
Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team
15%

Total Percentage
100%


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. 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 two (2) 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 required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

CAPACITY
This factor evaluates ability of the 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 Announcement, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Announcement.
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 CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is no 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/E follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires are to be submitted directly to the government point of contact, VA Contracting Officer, Joseph Ercole, via email at: joseph.ercole@va.gov prior to or by deadline 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 shall be attached to the SF330, behind the SF330 Part II document.

(5) LOCATION

i. A/E's proximity within 250 miles to VA Medical Center Northport, 79 Middleville Rd., Northport NY 11768, is an evaluation criteria. AE location in the geographical area of within 250 miles to VA Medical Center Northport.

ii. This distance is determined according to http://maps.google.com/

iii. This factor evaluates the distance the AE firm's design office or offices location is from the location of work at VA MC Northport NY. Please provide the address(es) and distance of your closest office to the address of VA MC Northport, 79 Middleville Rd., Northport NY 11768.

(6) ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA


LIMITATIONS
VA Notice of Total Veteran Owned Small Business Set-aside (Dec 2009)
Definition For the U.S. Department of Veterans Affairs, Veteran Owned Small Business Concern (1) 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 be 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), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (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 Five (5) hard/paper copies of SF330 (most recent can be downloaded from www.gsa.gov/forms) and one (1) disc (CD), which contains digital copies of their completed SF330, and past performance evaluations or attachment questionnaires completed by others (see Attachment 1), this Attachment 1 only can be emailed to joseph.ercole@va.gov. All packages are due no later than September 2, 2017 8:00 AM ET, including all Past Performance (ACASS/CPARS) evaluations or questionnaires (Attachment 1). All submittals must be sent to the attention of Joseph Ercole, VA Contracting Officer, VA Medical Center Northport, 79 Middleville Rd., Section 138, Bldg. 10, Rm.216, Northport NY 11768.
Submission response must include A, B, C as follows: A. SF330, B. all Past Performance (ACASS/CPARS) evaluations OR- questionnaires minimum of 3 (Attachment 1 only Attachment 1 can be emailed to joseph.ercole@va.gov), and C. 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.
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 joseph.ercole@va.gov
Telephone inquiries will not be honored to maintain integrity of the process and provide fair and equal treatment of prospective responders.
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.
-END-

Joseph R Ercole
Contracting Officer
(718) 584-9000 x6098

Joseph Ercole, Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP