The RFP Database
New business relationships start here

Repair Floor and Renovate Xray Room Install HCHT AE Design


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

This announcement is for the selection of an Architect Engineer (AE) for the "REPAIR FLOORS & RENOVATE X-RAY ROOM #3; INSTALL HCHT PROJECT Design project. The location of the projects will be at the Erie Veterans Administration Medical Center, 135 East 38th Street, Erie, Pennsylvania. The Government intends to award a Firm Fixed Price Contract. All potential offerors must provide a SF 330 containing all required information listed below. The form format must be the General Services Administration SF 330 found on the website http://www.gsa.gov/portal/forms/download/116486 Forms Library.

CONTRACT INFORMATION: B. The project shall consist of the necessary alterations to renovate the existing first floor Radiology Area to provide one (1) radiology fluoroscopy room, two (2) sonography rooms/ toilets; replace finishes in Control Room for CT-Scans 1 & 2; replace radiation shielding and finishes in CT-Scan #1. Design intent is for the radiology suite to have been completely renovated and compliant with current VA guidelines with the same level of finish of the current waiting room and X-ray room #1. The contract award will incorporate the attached Scope of Work. Expected Engineering Services Title I Site Investigation Services, Title I - Design Services, and Title II Construction Period Services with Site Visits.

This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.602-5 Short Selection Process for Contracts not to Exceed the Simplified Acquisition Threshold and Veterans Administration Acquisition Regulation (VAAR) 836.6. The final selection will be based on the SF 330 that is submitted. There will be no oral presentations held. This contract is set-aside 100% for Service Disabled Veteran Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310 Architecture Engineering Services. The Small Business Size Standard is $7.5 Million dollars. The contract will be awarded as a Firm Fixed Price (FFP) contract.

SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) electronic CD copy of Parts I and II in the format found at http://www.acgov.org/pwa/documents/sf330.pdf no later than 2:00 pm on March 19, 2019.

All SF330 submittals must be sent to the attention of:

Erie VA Medical Center
Attention: Paul Bosak
Building 6
135 East 38th Street
Erie, PA 16504

Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of paul.bosak@va.gov. Additionally, the submission must include an insert detailing the following information:
Dun & Bradstreet Number
Tax ID Number
The e-mail address and phone number of the Primary Point of Contact
A printed copy of the firms VetBiz Registry

In order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting, all firms submitting SF 330 s for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the Prime ES firm s 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).

Personal visits by AE firms, for the purpose of discussing this announcement or the submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project.

Prior to submittal of the SF 330, the selected firm must be registered in System for Award Management (SAM) at www.sam.gov and must also be registered in VetBiz and be verified.

SELECTION CRITERIA: The VA will use the following criteria to determine competition when reviewing the SF 330 received. If a submitting firm fails to meet these criteria they will be deemed non-responsive and shall be rated accordingly. Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 will be used. The three (3) factors (Professional Qualifications to Perform the Services Required, Specialized Experience and Technical Competence, and Past Performance) are more important than the other five (5) factors and are of equal weight among themselves. The remaining five (5) factors are of equal weight among themselves.

Professional Qualifications to Perform the Services Required:
This factor is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Civil Engineers, Electrical Engineers, Mechanical Engineers, Landscape Engineers and Environmental Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience.

Specialized Experience and Technical Competence:
This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. The project will include the necessary alterations to renovate the existing first floor Radiology Area to provide one (1) radiology fluoroscopy room, two (2) sonography rooms/ toilets; replace finishes in Control Room for CT-Scans 1 & 2; replace radiation shielding and finishes in CT-Scan #1. Design intent is for the radiology suite to have been completely renovated and compliant with current VA guidelines with the same level of finish of the current waiting room and X-ray room #1.
NOTE: Ensure that projects listed were completed by the firm as the prime contractor and not as a subcontractor or projects completed by key personnel while employed by another firm.
Capacity to Accomplish Work:
This factor evaluates the ability of the AE firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time.
Past Performance:
This factor considers each offeror s recent and relevant record of performance. This factor evaluates the past performance information provided by the ES firm as well as performance appraisals on file in the Past Performance Information Retrieval System (PPIRS).


Geographical Location:
This factor evaluates the distance from the AE firms design office to the location of work (Erie VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor.
NOTE: Distance will be driving distance measured from the Erie VA Medical Center, Erie, PA


Reputation of Firm and its Principle
This factor used past performance information to evaluate the AE firm s professional performance and management practices of the in-house personnel and subcontractors that are to be assigned to this contract

Record of Significant Claims
This factor evaluates the individual AE firm s record of claims filed against it for errors and omissions.
Specific Experience and Qualifications of proposed members working on projects as a Team:
This factor evaluates the individual AE firm s experience of the in-house personnel and subcontractors that are to be assigned to the AE team performing under this contract and their record of working together as a team.

paul.bosak@va.gov

paul.bosak@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP