Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
DOCUMENT

C -- ARCHITECT-ENGINEERING IDIQ - MI PROJECT 515-17-110 - Attachment

Notice Date
3/6/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;Network Contracting Office 10;Bldg 9 Room 105;5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA25017R0138
 
Response Due
4/5/2017
 
Archive Date
7/13/2017
 
Point of Contact
Scott D Brennan
 
E-Mail Address
3-6075<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA250-17-R-0138 AE Multi-Disciplinary IDIQ Page 2 of 8 PRE-SOLICITATION NOTICE (REQUEST FOR SF330s) The Department of Veterans Affairs (DVA) Network Contracting Office 10 is seeking qualified Architect -Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for multi-disciplinary Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for architectural and engineering (AE) services at VA facilities in Veterans Integrated Service Network (VISN) 10 Michigan Veterans Affairs (VA) Medical Centers. Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236.25 Requirements for Registration of Designers whereby Architects and Engineers must be registered to practice in the particular professional field involved in a State (the full text of the clause can be read at farsite.hill.af.mil). Architects and Engineers performing work on projects must be registered in the State of Michigan (the laws of the State of Michigan regarding registration of architects and engineers applies). Also see geographic location and office location restrictions in paragraph 7.g. of this notice. VISN 10 VA facilities include: Ann Arbor VA Healthcare System, 2215 Fuller Rd., Ann Arbor MI 48105 Battle Creek VA Medical Center, 5500 Armstrong Rd., Battle Creek MI 49037 John D. Dingell VA Medical Center, 4646 John R St., Detroit MI 48201 Aleda E. Lutz VA Medical Center, 1500 Weiss Rd., Saginaw, MI 48602 Multi-disciplinary architectural AE Services to be provided as follows AE shall be required to furnish services in accordance with current Department of Veterans Affairs Master Specifications (PG-18-1), Barrier Free Design Guide (PG-18-13), Unified Facilities Guide Specifications, International Building Codes, National Fire Protection Association codes, and other agency standards. DVA specific documents are located on the Office of Construction and Facilities Management Technical Information Library (http://www.cfm.va.gov/TIL/). AE services required shall be multidisciplinary in nature to include but not limited to: Architectural, Structural, Civil, Interior Design, Landscape Architect, Industrial Hygienist, Surveying, Geotechnical, Mechanical, HVAC, Plumbing, Electrical, Fire Protection (Registered Fire Protection Engineer), Surveying, Hazardous Materials / Environmental Services (asbestos, lead survey), Project Management, Construction Management, Energy, and Estimating. AE services may include any combination of the below services (but not limited to) to accomplish building designs for new facilities as well as renovation/remodel, cost estimating ( using history of similar projects in the region if possible) and upgrade of existing facilities and systems, to include new buildings, building additions and/or building renovations or remodels. Requirements will vary for each individual Task Order and will be defined by separate scopes of work. 1. Concept and scope development. 2. Investigations, Assessments, and Feasibility studies. 3. Space planning. 4. Environmental studies. 5. Program analysis. 6. Schematic design. 7. Pre-construction document technical investigation and studies. 8. Design, drafting, and planning services for renovation, demolition and alterations to existing facilities, interior design, and space planning; 9. Design Development to include deliverables such as designs, plans, drawings, specifications, etc. 10. Design reviews through the Design Development stages of a project. 11. Cost estimates through the Design Development stages of a project (using RS Means, history of similar projects in region, and standard estimating practices). 12. Value engineering reviews. 13. Construction Documents to include deliverables such as designs, plans, drawings, specifications, etc. 14. Construction document and constructability reviews. 15. Cost estimates for Construction Documents (using RS Means, history of similar projects in region, and standard estimating practices). 16. Preparation of schedules, phasing plans, and network analysis. 17. Life-cycle cost analysis. 18. Insuring coordination of various control/life safety/nurse call/IT systems (regardless if new or existing), 19. Fact-finding studies, surveys, investigations and other professional services not necessarily connected with a specific design or construction project. 20. Project Management, Construction Management, and Construction Administration. 21. Construction Quality Assurance and Quality Control. 22. Construction period services including: construction submittal review, request for information investigation and response, change order/modification investigation, design, cost estimating, and issuance. 23. Specialty consulting, investigations, and reports not available through design AE (technical reports, commissioning, etc.). 24. Energy computations, LEED studies/certification 25. As-built preparation AE services are typically known as Study and Investigative Services, Schematic Desgin, Design Development, Construction Documents, Bid Documents, and Construction Period services, to include reproduction of documents. Potential projects require multi-disciplinary engineering services for various commercial or industrial type facilities, vertical/horizontal construction, pavements and roads, and other hospital related structures. Standard services, in addition to those inherent to the production of construction drawings are (but not limited to): Provide professional engineering services as required for the preparation of working drawings, specifications, cost estimates, and (any) possible impact costs for multi-discipline services for the various projects. Furnish progress reports of their work. Closely coordinate AE s work performed in his/ her office with the related work of the Government staff personnel. Promptly report to the Contracting Officer any ambiguities or discrepancies discovered in the project requirements, criteria, or documents, involving their work or the work of the Government. Assist VA Medical Center in conferring and coordinating with state and local Government agencies, as required. Visit the project sites, hold conferences and discussions with the Government representatives in VA s office, and take such other action as may be necessary for the design development, and to coordinate and complete the required services and documents under each task order. Where relevant for task orders, check and recommend to the Government, approval or rejection of shop drawings, samples, equipment lists, and data applicable to the AE s part of the design work during the construction period. AE shall analyze and verify utility systems and structures as necessary and as part of their proposal. AE shall provide final As-Built drawings utilizing final construction markups ( red-line drawings ) for subsequent submission to the DVA for the project. The AE shall advise the DVA as to the recommended construction time-frame for each construction Bid Item. The AE team shall design projects for multiple Bid alternative Items if requested.. Any design accomplished shall include all work which represents a complete project, including separation of basics, as required for any multiple Bid Items. The AE shall use the most current DVA Master Specifications which can be found at: http://www.cfm.va.gov/til/spec.asp and shall edit (accordingly) to ensure best practices and to suit the project. The AE shall document and distribute to the DVA all site visits, meeting minutes, provide a record of all phone messages, and reports monthly. AE shall provide specifications for Phasing and Coordination of utility shutdown(s) with DVA. Prepay shipping charges on all charts, sketches, drawings, and documents that are sent to the Contracting Officer and/or COR. AE is responsible for physical surveys and investigations (in order to minimize construction change orders) of existing conditions, which may include sewer surveying, hydrant flow analysis, and accuracy of existing studies and data. Investigative services may require destructive demolition. CRITICAL PATH SCHEDULING: The AE shall develop a critical path schedule when required by the issued Task Order demonstrating fulfillment of the contract requirements. The precedence diagram method (PDM) shall be utilized to satisfy both time and cost applications. SET-ASIDE INFORMATION: This procurement is a Total Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310, Architectural Services, however NAICS codes 541320 Landscape Architectural Services and 541330 Engineering Services are also required as this is a multi-disciplinary AE requirement and therefore experience and qualifications for all three AE services are being evaluated as part of this solicitation (see professional qualifications being evaluated in paragraph 7. a.) - (Other AE services that may be required under any resultant contract include 541340 Drafting Services, 541360 Geophysical Surveying and Mapping Services, and 541370 Surveying and Mapping (except Geophysical) Services however these services are not required to be included as part of the SF330 qualification package and will not be included as part of the evaluation process. An AE submitting a SF330 package may voluntarily include qualifications for these types of services as information only so the DVA may establish a database of those firms offering these types of services. Not providing any qualification information for the other AE services will have no impact on an AE s rating). The Government intends to make a minimum of eight (8) and a maximum of ten (10) awards to qualified SDVOSB AE firms. Verification of SDVOSB status will be done via confirming current registration in the Center for Veterans Enterprise Vendor Information Pages database (vip.vetbiz.gov). Firms submitting a qualification package must have a current registration in the System for Award Management (www.sam.gov). The awarded contracts will be firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ). The IDIQ contracts will be for one base year from the date of award with options to extend the term of the contracts for four (4) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract amount of $75,000,000.00 awarded across all IDIQs is reached, whichever is earlier. Each contract awarded will have a guaranteed minimum order of $1,500.00 for the total of the base year and all option years. The minimum value of any individual Task Order is $2,500.00 with a maximum Task Order value of $1,000,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved. This procurement will be following the procedures established in the Brooks Act, Federal Acquisition Regulation (FAR) 15, FAR 36.6, and Veterans Affairs Acquisition Regulation (VAAR) 836.6. The selection process will be made using a two stage process. Stage I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. The highest rated firms will then be short-listed and invited to continue with Stage II of the process. All firms not short-listed will be notified at this time. Stage II consists of Interview/Oral Presentations for the short-listed firms and selection of the top ranked firms to receive the solicitation for pricing and conduct negotiations. Stage I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330. Professional qualifications necessary for satisfactory performance of required services - All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330, Part 1. Additional staff available for work on this contract shall be indicated on the chart by providing how many staff will be working on the contract in the following key disciplines that are required to be licensed, registered, and/or certified: Two architects Two structural engineers Two civil engineers Two mechanical engineers Mechanical engineers will possess a minimum of five (5) years of experience each in the following specialties: HVAC Building Maintenance and Control Systems Plumbing Steam Distribution Medical Gas/Surgical Vacuum Systems Fire Protection Legionella Prevention and Remediation Two electrical engineers Electrical Engineers will possess a minimum of five (5) years of experience each in the following specialties: Lighting Controls Power Distribution and Monitoring Fire Alarm and Security Systems Lightning Protection Structured Cabling Building Maintenance and Control Systems IT and Networking RF/RTLS Wi-Fi Biomedical Nurse Call Systems Two fire protection engineers Two infection control prevention specialists One geotechnical engineer Two certified industrial hygienists Two project managers Two construction administrators Two construction managers One interior designer Two cost estimators One landscape architect Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team - Provide the specific experience and qualifications of the personnel proposed for healthcare facility projects and their record of working together as a team. Specialized Experience of Team Specialized experience and technical competence with healthcare related designs in a hospital setting, in the types of work identified below (in descending order of importance within this category): Rehabilitation of existing structures of various types, sizes, and complexities; Design of new structures of various types, sizes, and complexities; Design of projects at Department of Veterans Affairs (DVA) Healthcare Systems and other healthcare facilities (both private and public); Cost engineering using RS Means and other parametric estimating tools; Sustainable design utilizing Leadership in Energy and Environmental Design (LEED) rating tools; Construction phase services including shop drawing, submittals, and Request for Information reviews Firm s Capacity Describe the firms ability to accomplish the work in the required time, including existing workload that may limit AE's capacity to perform project work expeditiously. Firms must address and demonstrate the capacity to execute several large Task Orders ($250,000 to $1,000,000 with a performance time of 90-180 calendar days) or multiple small Task Orders ($2,500 to $250,000 with a performance time of 30-90 calendar days) simultaneously. Past performance Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System/Architect-Engineer Contract Administration Support System (CPARS/ACASS) for projects listed in Section F of the SF330 as well as any other projects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant other information available to the Government. Management Plan - Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Geographic Location - Location in the general geographical area of the project. Must have a working office from which the primary design work and construction site visits will originate that is within 2 hours driving distance of any of the VA Medical Centers listed in paragraph 2 of this announcement. Driving distance time shall be calculated and measured using the Google Maps (maps.google.com) directions tool by entering the working office address as the starting point and any one of the listed medical center addresses as the destination. The resulting Best Route travel time shall be the official calculation for the purposes of this factor to determine if the 2 hour travel time requirement is met. A print out of the results shall be attached to the SF330 qualification package. The working office location must be listed in the SF 330 application and must also be registered in the System for Award Management (SAM www.sam.gov). Working office locations not registered in SAM shall result in the entire SF330 submission being determined non-responsive and will not be considered. Miscellaneous Experience - Address experiences from the projects listed in the SF 330 in regards to: (1) CADD and other computer applications; (2) value engineering; (3) life cycle cost analyses; (4) environmental; (5) historic preservation; (6) energy conservation; (7) Critical Path Management (CPM) and fast track construction. Also include any tangible evidence demonstrating superior performance, such as certificates, awards, peer recognitions, etc. Insurance and Litigation - Address the types and amounts of liability insurance carried. Identify all litigation against the firm because of improper or incomplete architectural and engineering services over the last five years and its outcomes. Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. Additional criteria will be provided to these firms, and they will be given approximately ten (10) calendar days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firms will be selected, sent solicitations, and subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations only, and not the SF-330 qualifications from Stage I. The submission must include a fully completed Standard Form (SF) 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF330 shall not exceed a total of 75 pages in a common font, size 12, single spaced. Use graphic presentations where such use will contribute relevant data. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 X 11 inch sheet of paper containing information. Deliver via US Mail, FedEx, UPS, etc. (or hand-deliver) the original SF330 and three (3) copies to Department of Veterans Affairs, Network Contracting Office 10, 5500 Armstrong Rd., Bldg. 9 - Room 105 (Mailcode 515/90VC), Attn: Contracting Officer Scott D. Brennan, Battle Creek MI 49037. (Additionally, email a courtesy copy as a PDF file to scott. brennan2@va.gov. The emailed file size shall not exceed 9mb. The emailed SF330 may be provided in a zip file. The subject line of the e-mail should read NCO 10 AE IDIQ VA250-17-R-0138 ). DEADLINE: The original and three (3) copies of the SF330 must be received at the address cite above by no later than 05 Apr 2017 in order to be considered. Questions and other inquiries are to be directed only via email to Contracting Officer Scott D. Brennan at scott.brennan2@va.gov. NOTES: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO THE FBO ALERT SERVICE TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/VA25017R0138/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-R-0138 VA250-17-R-0138.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3316346&FileName=VA250-17-R-0138-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3316346&FileName=VA250-17-R-0138-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Medical Centers in:;Ann Arbor, MI;Battle Creek, MI;Detroit, MI;Saginaw, MI
Zip Code: Various
 
Record
SN04424992-W 20170308/170306235217-d7be7cb3fe5d929673be4219b18d4350 (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.