The RFP Database
New business relationships start here

Project # 603-17-801 A/E Design for OR Anesthesia Supply Head Replacement


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

The Robley Rex VA Medical in Louisville, Kentucky is seeking information from professional Architectural/Engineering (AE) firms for Project #603-17-801, Design for OR Anesthesia Supply Head Replacement. The AE firm will be responsible for furnishing all necessary professional services, equipment, labor, materials, supervision, tools, testing and specialty services (i.e., Certified Industrial Hygienist (CIH), AHERA Project Designer, TAB Contractor) to perform a design for this project.
This project will prepare the six operating rooms, medical gas systems, electrical system and other affected utility systems at the Robley Rex VAMC to receive Steris Harmony EMS Anesthesia Booms. The A/E shall provide mechanical, electrical, structural and architectural design of medical space in preparation for the installation of two Steris Harmony EMS Anesthesia Booms in each Operating Room; OR 1 (C-408), OR 2 (C-406), OR 3 (C-404), OR 4 (C-402), OR 5 (B-414), OR 6 (B-406), These operating rooms are located on the 4th floor of Building 1 located at 800 Zorn Avenue, Louisville, Kentucky. Work shall be in accordance with latest VA Construction Guidelines for this space and equipment manufacturer specifications.
The project work shall be in accordance with and meet the requirements of the 2016 Department of Veterans Affairs, Office of Construction & Facilities Management design guidelines available for download in the Technical Information Library at http://www.cfm.va.gov/til/index.asp .
The design of architectural, structural, mechanical, electrical, civil or other engineering features of the work shall be accomplished by registered or certified architects or engineers within the Continental United States.
The AE shall, when requested, without additional expense to the Government be responsible for obtaining any necessary licenses and permits in connection with performance of this contract of any possible construction based on the results thereof (including but not limited to , reports, plans, specifications, location, time, estimated cost of construction or estimated Value Engineering savings) or except to authorized Government personnel or upon prior written approval of the Contracting Officer.
AE firms submitting SF330 s for review under this project will be evaluated based on the following selection criteria:
Professional qualifications necessary for satisfactory performance of required services;

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;

Capacity to accomplish the work in the required time;

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;

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;

Reputation and standing of the firm and its principal 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; and

Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

Mileage Restriction: This procurement is restricted to Service Disabled Veteran Owned Small Businesses (SDVOSB) located within a 300 mile driving distance from the Robley Rex VAMC located at 800 Zorn Ave., Louisville KY 40206. The 300 mile restriction will be verified by using the shortest driving distance from the Robley Rex VAMC to a contractor s office from which the majority of the design services will be performed. This mileage restriction will be calculated using the following link: https://www.google.com/maps/dir//Robley+Rex+Louisville+VA+Medical+Center,+Zorn+Avenue,+Louisville,+KY/@38.2703791,-85.7326781,13z/data=!3m1!4b1!4m8!4m7!1m0!1m5!1m1!1s0x88697371c70a55d3:0x3c14c8d97668d347!2m2!1d-85.6976586!2d38.2703169
If said contractor s office is more than the 300 mile driving distance restriction to the Robley Rex VAMC, the contractor s SF330 package will not be evaluated by the source selection evaluation board (SSEB) and will not be considered for award. This mileage restriction is in compliance with VAAR 805.207.
Contractors are required to place the address that must be utilized by the contracting officer on the first page (cover page) of the SF 330 package. No other address will be utilized when determining said mileage restriction.
Acceptability under other appropriate evaluation criteria.
NAICS code 541310 is applicable to this requirement. The small business size standard is $7.5M.
VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009)
(a) Definition.B For the Department of Veterans Affairs, Service-disabled 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 service-disabled 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 service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(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) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.B (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement.B A service-disabled 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 service-disabled 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 service-disabled 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 service-disabled 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 service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations:B That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (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; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled 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..
Project 603-17-801, Design for OR Anesthesia Supply Head Replacement, will be procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation (FAR) 36.6 and VA Acquisition Regulation 836.6.
Interested AE firms must submit one (1) hard copy of the Standard Form (SF) 330, along with one (1) electronic copy on Compact Disc in Adobe Acrobat Pdf format. Submissions must be received No Later Than 11:00am ET on January 27, 2017. Submission by Electronic Mail is NOT AUTHORIZED. Submitted SF330 s are not to exceed a total of fifty (50) pages INCLUDING cover page and any other submitted documents

For consideration submissions should be sent to the following:
Robley Rex VA Medical Center
Network Contracting Office (NCO) 9
Attention: Roxie Ann Keese, Contracting Officer
800 Zorn Avenue
Louisville, Kentucky 40206-0001

This is not a Request for Proposal. This Notice is seeking information only from qualified Architectural and Engineering firms with the capability to perform the work. The government will not provide any reimbursements to contractors submitting their qualification for this requirement.

Roxie A. Keese

Contracting Officer Email Address

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP