Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2010 FBO #3288
SOLICITATION NOTICE

C -- VISN 23 Architect Engineering IDIQ

Notice Date
11/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Julie A. Stout;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RP0503
 
Response Due
12/28/2010
 
Archive Date
1/27/2011
 
Point of Contact
Julie Stout
 
E-Mail Address
ct
 
Small Business Set-Aside
Partial Small Business
 
Description
This is an announcement for a contracting opportunity under the Brooks Act for Architect-Engineering services. This serves as a Request for Qualifications (SF-330) for a multiple award, Indefinite Delivery / Indefinite Quantity (ID/IQ), Multiple disciplines Architect/Engineer services contract. This procurement will be evaluated using Brooks Act (P.L. 92-582) and Veterans First (P.L. 109-461) procedures. Federal Acquisition Regulations (FAR) 36.6 and Veterans Affairs Acquisition Regulations (VAAR) 836.6 selection rules apply. This procurement may result in multiple Indefinite Delivery/Indefinite Quantity (IDIQ) awards and is open to all businesses regardless of size. If a Veteran Owned small business responds and is qualified, at least one award will be made to this offeror. Contracts will be awarded for the remainder of FY-11. Four one-year option periods will be included in the contract awards. If concurrent multiple contract awards are made, task orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firms; the nature of the work involved in the task order; and the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. In the final selection process, the most highly qualified firms may be interviewed. The purpose of this contract is to provide Architect-Engineer (A-E) design services for the Veterans Integrated Service Network (VISN) 23. VISN 23 consists of nine medical centers, forty community based outpatient clinics, four domiciliaries, and seven VA nursing homes. Facilities that may require services under this contract are listed in Attachment 1. Authorized allowances for reimbursement of Per Diem (Lodging, Meals & Incidental Expenses (M&IE)) expenses will not exceed the Governments published rates at time of travel. Authorized per diem rates can be accessed at http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentType=GSA_BASIC&contentId=17943. Round trip air travel will be reimbursed for economy/coach air fares only. Rental car expenses will be reimbursed at the sites local rates and for compact rental car costs only. GENERAL INFORMATION: Multiple Indefinite Delivery-Indefinite Quantity (ID/IQ) contracts will be awarded from this announcement. The awarded contracts shall have a guaranteed contract minimum of $5,000 per year, if options are exercised and will be limited to a maximum contract amount of $5,000,000 per contract over one year. In accordance with FAR 16.5, firm-fixed price task orders will be issued for work across the VA Midwest HealthCare Network. Work will be issued by negotiated firm fixed-priced task orders not to exceed $1,000,000. The individual task order limit refers to the maximum amount that the contractor is obligated to perform if issued a task order under the contract. Task orders above this amount may be issued provided they are within the overall $5,000,000 ceiling of the contract. However, performance of these task orders is not obligatory under the terms of the contract. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541310. The small business size standard is $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less. This announcement is open to all businesses regardless of size. The Department of Veterans Affairs may award future task orders to perform work that will be encompassed by this announcement; the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance, capacity to accomplish the task order in the required time, specialized experience, professional qualifications and knowledge of the region. If necessary, secondary selection criteria will be used as a tie breaker between firms considered as technically equal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act as determined by the employees' office location (not the location of the work). Rates will be negotiated for each 12-month period of the contract at the time of the original award. SCOPE OF WORK: The services necessary for each requirement will be negotiated and awarded as individual task orders based on negotiated labor hours. The A-E shall furnish all services, materials, supplies and supervision required to fully complete each task order. The A-E shall be able to provide, but is not limited to: (1) Development of full design-bid-build packages and Request for Proposal (RFP) packages for design-build projects; (2) Multi-disciplined design support and consultant services; (3) Construction management services, construction inspection, and engineering consultation services during construction (4) Cost estimating, cost control and scheduling; (5) Design, drafting, and planning services for renovation, demolition and alterations to existing facilities, interior design, and space planning; (6) Engineering and environmental studies, reports and related services, NEPA documentation; (7) Historical society coordination/documentation; (8) Incidental asbestos and lead paint survey work may be required relating to the design services; (9) Planning, studies, site investigations, survey for hazardous, toxic, or regulated materials; (10) Topographic and/or boundary surveys; (11) Contractor submittal review, contract modifications, engineering advice during construction; (12) Subsurface geotechnical investigations/testing (13) Preparation of OMB 300 documentation (14) Energy computations, LEED studies/certification (15) Life safety code studies (16) As-built preparation (17) Value Engineering studies/evaluations; (18) Construction scheduling services; and (19) Inspection, evaluation, and reports on completed projects. Services will be required for architectural, landscaping, civil, mechanical, electrical and structural engineering design in support of the Department of Veterans Affairs, Veterans Health Administration, VISN 23, VA Midwest Health Care Network. The A-E shall be required to prepare plans, specifications, design analyses, and cost estimates, using current Department of Veterans Affairs Master Specifications, Unified Facilities Guide Specifications, International Building Codes, National Fire Protection Association codes, and other agency standards, as required, for a variety of projects. In addition, the A-E shall be required to follow VA specific references provided in the Department of Veterans Affairs Technical Information Library at: http://www.cfm.va.gov/til/. See Attachment 2. Projects types include new construction, renovation, upgrade, maintenance, repair, and alterations in support of a major health care network. Services shall be accomplished in the Contractor's office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. Design considerations may include, but are not limited to, fire protection, landscaping, force protection, communication and data design, architectural evaluations, architectural hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans, Section 404 Permits and construction site requirements. Documents shall be completed and submitted using the latest version of AutoCAD (.dwg) and Microsoft (MS) Word (.doc). Additionally, documents shall also be submitted in Adobe Acrobat (.pdf) format. Review comments shall be provided to the A-E team as MS Word documents and responses to same provided by the A-E team using MS Word documents or Adobe.pdf documents. All deliverables shall be submitted in hard copy form and electronic file. Electronic files may be required to be provided on CD-ROM or DVD. This procurement will be evaluated using Brooks Act and Veterans First procedures. The government contemplates the award of multiple Indefinite Delivery/Indefinite Quantity (ID/IQ), A&E services contracts, that will utilize firm-fixed price task orders. The Government reserves the right to exercise any option periods. Prior to award, firms shall be registered in the Central Contractor Registry (CCR). Visit www.ccr.gov to register. Prior to award, firms shall complete the On-line Representations and Certifications at www.orca.gov. In addition, prior to award, Veteran-Owned small business need to be registered and verified in the Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Work under each of the awarded contracts will be subject to satisfactory negotiation of individual task orders. Task orders will be negotiated as firm-fixed price procurements for the A&E services. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance, capacity to accomplish the task order in the required time, specialized experience, professional qualifications and knowledge of the region. If necessary, secondary selection criteria will be used as a tie breaker between firms considered as technically equal. Responses should include proposed sub-consultants for all disciplines for engineering planning, surveying, civil, environmental, geotechnical, mechanical, and electrical. Response should also include the qualifications of personnel, sub-consultants and descriptions of facilities, materials, equipment, and services to perform the type of tasks described by this notice. SELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. Clearly indicate in the response how the firm meets the selection criteria: The criteria for this project are listed below in descending order of importance. Criteria (1) through (6) will be evaluated for all firms. (1) 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. In Section F of SF 330, provide representative examples of completed projects in the areas of healthcare design and construction for projects such as specialized equipment installations, extended care units, inpatient units, surgical suites, research areas, clinical spaces, mechanical systems for healthcare settings, and electrical systems for healthcare settings. Projects completed on a healthcare campus and those requiring infection control and Life Safety knowledge may be evaluated more favorably for this criterion. Projects that include experience and demonstrated technical competence in one or more of the following are considered similar projects and may be evaluated more favorably for this criterion: specialized healthcare equipment installations, design of inpatient or outpatient units, design of research facilities, mechanical systems for healthcare campuses, and electrical systems for healthcare campuses. (2) PROFESSIONAL QUALIFICATIONS: This contract will require the A-E (either in-house or through consultants) to have personnel in the following disciplines: (a) Project Manager (in-house) (b) Registered Professional Civil Engineer (c) Registered Structural Engineer (d) Registered Architect (e) Interior Designer (f) Registered Electrical Engineer (g) Registered Mechanical Engineer (h) Qualified Fire Protection Engineer (A qualified fire protection engineer is defined as an individual meeting one of the following conditions: An engineer having a Bachelor of Science or Master of Science Degree in Fire Protection Engineering from an accredited university engineering program, plus a minimum of 5 years of work experience in fire protection engineering; a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National council of Examiners for Engineers and Surveys (NCEEES); or a registered P.E. in a related engineering discipline with a minimum of 5 years experience, dedicated to fire protection engineering that can be verified with documentation) (i) Life Safety Specialist (j) Environmental Survey Personnel (asbestos, lead based paint, soil, etc.) (k) Registered Environmental Design Personnel (asbestos, lead based paint, soil, etc.) (l) Certified Value Engineer (m) Qualified Cost Estimator (n) Registered Surveyor and Survey Crew (o) Testing Lab (geotechnical and environmental-asbestos, lead based paint, soil, etc.) SF 330, Section E, shall be completed for each person identified above, with the exception of the Registered Surveyor, Survey Crew, and Environmental Survey Personnel. Except as noted, none of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. The Life Safety Specialist, Certified Value Engineer, and qualified cost estimator can be dual disciplined. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. The evaluation is to consider education, training, registration, overall and relevant experience and longevity with firm. Provide an organization chart in accordance with SF 330, Section D, identifying each member of the project team. Indicate the branch office location of each team member. In addition, include a narrative on the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (3) PAST PERFORMANCE of the project team on similar projects by the proposed key personnel (as described in Criterion (2) above) in terms of quality of work, cost control, and compliance with performance schedules. Referenced projects that were performed by key personnel under the proposed team structure may receive a higher evaluation under this criterion. Provide representative examples of completed projects in the areas of healthcare design and construction for projects such as specialized equipment installations, extended care units, inpatient units, surgical suites, research areas, clinical spaces, mechanical systems for healthcare settings, and electrical systems for healthcare settings. Projects completed on a healthcare campus and those requiring infection control and Life Safety knowledge may be evaluated more favorably for this criterion. Include the client's name, phone number and address for each submitted project example. In addition, include record of significant claims against the firm because of improper or incomplete architectural and engineering services. (4) CAPACITY of the proposed team to accomplish the work of the required type and the dollar amount stated in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines of the team for effective functioning as a Project Delivery Team (PDT). In Section H, of the SF 330, describe the firm's ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firm's permanent staff, anticipated workload during the contract period, and the firm's history of successfully completing work in compliance with performance schedules). Indicate the firm's present and projected workload and the availability of the proposed team members for the specified contract period. Demonstrate the ability to respond quickly and coordinate multiple tasks from the VA. In addition, include record of proposed personnel working together as a team. (5) LOCATION IN THE GENERAL GEOGRAPHICAL AREA AND KNOWLEDGE OF THE LOCALITY of all VISN 23 Medical Centers as it relates to engineering design, particularly weather conditions. Evaluation will be based upon the firm's proximity to each of the VISN 23 Medical Centers. The highest rating will go to firms that have offices located within 50 miles of each medical center. Firms must clearly indicate the office location(s) where the work will be performed. See Attachment 1 for a listing of the medical centers. Information provided must demonstrate expertise in geological features, climatic conditions, natural resources and/or local construction methods. Include description for this criterion in Section H of the SF 330. (6) VETERAN-OWNED SMALL BUSINESS In accordance with, 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors: VA recognizes the contributions of our Nation's veterans, and we strive to make contract awards to small businesses owned by veterans and service-disabled veterans. We also encourage prime contractors to form partnerships and/or to pursue subcontracting opportunities with veteran-owned and service-disabled veteran-owned small businesses. The VA will evaluate offerors based on their veteran-owned or service disabled veteran-owned status, their proposed use of veteran-owned or service disabled veteran-owned small businesses as subcontractors, and their past performance on adherence to small business subcontracting plan requirements. Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov) The above evaluation factors, listed in their order of importance, are: Factor (1) Specialized Experience and Technical Competence Factor (2) Professional Qualifications Factor (3) Past Performance Factor (4) Capacity for Workload Factor (5) Locality Factor (6) Veteran Owned Small Business SUBMITTAL REQUIREMENTS: Firms that meet the requirements described in this announcement are invited to submit 3 copies of a Standard Form 330 (SF-330), Architect-Engineer Qualifications and applicable selection factor's documentation. Interested firms must submit their SF-330's and relevant documentation no later than December 28, 2010, 4:00 p.m. Central Time, to the attention of the Contract Specialist. Email and Fax Proposals will not be accepted. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Only those firms responding by the time listed above will be considered for selection. After an initial evaluation, which takes approximately 30 days, the most highly rated firms will be selected. Interviews for the purpose of discussing prospective firm's qualifications may be conducted either in person or by teleconference. Selected firms will then be sent a solicitation to provide their proposals. This is not a Request for Proposals. Any questions should be addressed to the Contract Specialist, Julie Stout, 708 S. Third Street, Suite 200E, Minneapolis, MN 55415. Email: julie.stout@va.gov Attachment 1 VA Medical Centers: Des Moines Division - VA Central Iowa Health Care System (Des Moines, IA) Fargo VA Medical Center (Fargo, ND) Iowa City VA Medical Center (Iowa City, IA) Minneapolis VA Health Care System (Minneapolis, MN) Omaha Division - VA Nebraska Western Iowa Health Care System (Omaha, NE) Sioux Falls VA Medical Center (Sioux Falls, SD) St. Cloud VA Medical Center (St. Cloud, MN) VA Black Hills Health Care System - Hot Springs Campus (Hot Springs, SD) VA Black Hills Health Care System - Fort Meade Campus (Fort Meade, SD) Outpatient Clinics: Coralville OPC (Coralville, IA) Dickinson VA Outpatient Clinic (Dickinson, ND) Jamestown VA Outpatient Clinic (Jamestown, ND) Twin Ports VA Clinic (Superior, WI) Community Based Outpatient Clinics: Aberdeen VA Clinic (Aberdeen, SD) Alexandria VA Clinic (Alexandria, MN) Alliance VA Clinic (Alliance, NE) Bemidji CBOC (Bemidji, MN) Bettendorf VA Clinic (Bettendorf, IA) Bismarck VA Clinic (Bismarck, ND) Brainerd VA Clinic (Brainerd, MN) Cedar Rapids VA Clinic (Cedar Rapids, IA) Chippewa Valley CBOC (Chippewa Falls, WI) Dubuque VA Clinic (Dubuque, IA) Eagle Butte VA Clinic (Eagle Butte, SD) Fergus Falls VA Clinic (Fergus Falls, MN) Fort Dodge VA Clinic (Fort Dodge, IA) Galesburg VA Clinic (Galesburg, IL) Grand Falls VA Clinic (Grand Falls, ND) Grafton VA Clinic (Grafton, ND) Hayward CBOC (Hayward, WI) Hibbing VA Clinic (Hibbing, MN) Holdrege CBOC (Holdrege, NE) Knoxville VA Clinic(Knoxville, IA) Jamestown VA (Jamestown, ND) Lincoln VA Clinic (Lincoln, NE) Mankato VA Clinic (Mankato, MN) Maplewood VA Clinic (Maplewood, MN) Marshalltown VA Clinic (Marshalltown, IA) Mason City VA Clinic (Mason City, IA) McLaughlin VA Clinic (McLaughlin, SD) Minot VA Clinic (Minot, ND) Mission CBOC (Mission, SD) Montevideo VA Clinic (Montevideo, MN) Newcastle VA Clinic (Newcastle, WY) Norfolk CBOC (Norfolk, NE) North Platte VA Clinic (North Platte, NE) Pierre VA Clinic (Pierre, SD) Pine Ridge VA Clinic (Pine Ridge, SD) Quad Cities VA Clinic (Q Quincy VA Clinic (Quincy, IL) Rapid City VA Clinic (Rapid City, SD) Rice Lake CBOC (Rice Lake, WI) Rochester VA Clinic (Rochester, MN) Rushville VA Clinic (Rushville, NE) Scottsbluff CBOC (Scottsbluff, NE) Shenandoah CBOC (Shenandoah, IA) Sioux City VA Clinic (Sioux City, IA) South Central CBOC (St. James, MN) Spirit Lake VA Clinic (Spirit Lake, IA) Waterloo VA Clinic (Waterloo, IA) Williston (Williston, ND) Winner VA Clinic (Winner, SD) Vet Centers: Bismarck Vet Center Outstation (Bismarck, ND) Cedar Rapids Vet Center Satellite (Cedar Rapids, IA) Des Moines Vet Center (Des Moines, IA) Duluth Vet Center (Duluth, MN) Fargo Vet Center (Fargo, ND) Lincoln Vet Center (Lincoln, NE) Minneapolis Vet Center (Brooklyn Park, MN) Minot Vet Center (Minot, ND) Omaha Vet Center (Omaha, NE) Pine Ridge Vet Center Outstation (Martin, SD) Quad Cities Vet Center (Moline, IL) Rapid City Vet Center (Rapid City, SD) Sioux City Vet Center (Sioux City, IA) Sioux Falls Vet Center (Sioux Falls, SD) St. Paul Veterans Resource Center (New Brighton, MN) Attachment 2 Copies of the following documents are available at: http://www.cfm.va.gov/til/: (1) A/E Quality Alerts (2) A/E Submission Instructions (PG-18-15) Provides guidelines for a/e submissions in the production of Schematics, Design Development, and Construction Documents (3) Barrier Free Design Guide (PG-18-13) VA supplement to the Uniform Federal Accessibility Standards (UFAS) defining accessibility requirements for disabled persons. (4) CAD: National CAD Standard, VHA Application Guide & Standard Details (PG-18-4), VHA Application Guide adopting the NIBS National CAD Standard, utility and sheet template files, and standard construction details organized by discipline, for use in design and construction documents for VA projects. (5)Design Alerts These alerts are issued for reducing repeat construction change orders and for addressing other construction related issues. (6) Design and Construction Procedures (H-18-3) Established VA policies defining the minimum level of excellence in the design, construction, and alteration of VA facilities. Individual construction standards are reviewed periodically and new construction standards are added occasionally. (7) Design Guides (PG-18-12) Provide comprehensive information including an overview of design principles and concepts, narrative text descriptions, and guide plates for reference in the design and development of VA projects. They are useful reference documents for all participants in the project team when new facilities are constructed or when existing facilities are renovated. (8) Design Manuals (PG-18-10) Principle instructions to the A/Es describing construction and technical design requirements and guidelines in the development of contract documents for specific VA projects. Each discipline has developed individual design manuals, and may have a design manual that is available for a specific type of facility (i.e. nursing home). Disciplines include Architectural, Asbestos Abatement, Automatic Transport, Cost Estimating, CPM Phasing, Electrical, Equipment (hospital), Fire Protection, HVAC, Incinerator Systems, Interior Design, Plumbing, Sanitary, Site Development, Steam Generation/Distribution, & Structural. (9) Environmental Compliance Manual (PG-18-17) This manual contains governing National Environmental Policy Act (NEPA) regulations, environmental compliance procedures, statements of work for consultant services, and examples of compliance documents. The manual objectives are to inform customers of NEPA responsibilities and the intricacies involved in preparing the necessary documentation for delegated projects early in the project development. (10) Master Construction Specifications (PG-18-1) Comprehensive set of over 372 written architectural and engineering guidelines defining the qualitative requirements for products, materials, and workmanship. (11) Physical Security Design Manuals The Manuals contain the physical security standards for improving the protection for VA mission critical facilities and life-safety protected facilities. (12) Room Finishes, Door, and Hardware Schedule (PG-18-14) Provides standards for the interior finishes, doors, and hardware for new or renovated VA facilities. Factors considered appropriateness for function and space, cost, durability, and ease of maintenance. (13) Seismic (Structural) Design Requirements (H-18-8) Policies established to insure that all new and existing VA hospital facilities in seismic areas are designed to remain operational after an earthquake. (14) Space Planning Criteria for VA Facilities (formerly Handbook 7610) Provides space requirements and guidance for development of space programs for VA Facility Development Plans, construction projects, and leasing agreements. Contains guidance for functional relationships and design considerations in addition to space planning criteria for all VA healthcare functions. (15) Standards Alert - VA Adoption of Building Information Modeling (BIM) This new category of Alert will serve to identify innovative and broad ranging Standards and Design processes and procedures that have a major impact on the VA's goal of delivering World-class Facilities. (16) Sustainable Design & Energy Reduction Manual This manual identifies the seven sustainability goals outlined in the Federal Mandates, and maps each goal to the appropriate LEED strategy for implementation. Methods for consideration to achieve the goals, budget considerations, case studies, and checklists are also included.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RP0503/listing.html)
 
Record
SN02332732-W 20101125/101123234342-01a72c031996c134e631757a022a96ae (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.