Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
DOCUMENT

C -- A/E Design for “USP 800 Compliance Study” at the TVHS VA Medical Centers, Nashville and Alvin C. York Campuses. - Attachment

Notice Date
5/4/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917R0620
 
Response Due
6/5/2017
 
Archive Date
7/5/2017
 
Point of Contact
Matthew Cox
 
E-Mail Address
Contract Specialist
(Matthew.Cox@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 5 The purpose of this modification is to remove the Synopsis for Reconfigure Sterile Processing Supply Scope Processing from VA249-17-R-0620 and replace it with the USP 800 Compliance Study Synopsis below. The Synopsis for Reconfigure Sterile Processing Supply Scope Processing should have never been incorporated into the Pre-Solicitation Notice. All other terms and conditions of the Pre-Solicitation remain unchanged. SYNOPSIS FOR USP 800 COMPLIANCE STUDY GENERAL INFORMATION: This is a Pre-Solicitation Notice for project number 626A4-17-506 that requires Architect/Engineering (A/E) Design Services for the USP 800 Compliance Study at the Tennessee Valley Healthcare System (TVHS) VA Medical Centers, Nashville and Alvin C. York Campuses (Two (2) sites total, see section 2.a. and 2.b.). THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF-330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. A SOLICITATION WILL ONLY BE ISSUED TO THE MOST HIGHLY QUALIFIED FIRM. Location: This procurement is restricted to Service Disabled Veteran Owned Small Businesses (SDVOSB) geographically located within the United States. The TVHS VA Medical Center campuses are located at: TVHS Nashville Campus VA Medical Center, 1310 24th Avenue, South, Nashville, TN 37212. TVHS Alvin C. York VA Medical Center, 3400 Lebanon Pike, Murfreesboro, TN 37129 DESCRIPTION OF WORK: The TVHS VA Medical Center is seeking professional A/E firms to develop a successful plan to upgrade for USP 800 compliance at the Nashville and Murfreesboro Campus pharmacies. The TVHS USP 800 Compliance Study consultant shall provide all necessary A/E services and testing necessary to completely assess the pharmacy Compounding Sterile Preparations (CSP) area and adjacent impacted spaces to arrive at optimal solutions. The A/E shall provide space planning, concepts, technical reports, layouts, calculations and sizing, narratives, scopes of work, estimates, scheduling/durations and staging / phasing plans. Professional disciplines include, but are not limited to, USP design specialist(s), architectural, life safety, mechanical, plumbing, electrical, communications, security / access controls, and industrial hygiene. INTENT: It is the intent of the VA to be USP 800 compliant by July 2018. The containment facilities are currently operating under USP 797. The A/E conducting this study will fully investigate, survey, interview key personnel, document existing conditions, including all systems, equipment and processes, in order to gain the knowledge and insight necessary to prepare quality reports and documents. The study will conclude with the submission, evaluation and revision of Design Development 1 documents. The VA intends to use the study plans and documents as the basis for design to procure A/E services to produce construction documents. Upgrade by adding USP 800 compliance Promote uniformity between the two TVHS campuses Improve flow and alleviate congestion Improve processes and staff efficiency Reduce downtime and improve reliability Provide for program growth and evolution Provide secondary CSP provisions to be used temporarily during planned and unplanned outages. SELECTION PROCEDURES: The A/E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architect-Engineers Act (40 U.S.C Sections 1101-1104, previously known as the Brooks Act, as implemented by FAR 36.6 and VA Acquisition Regulation (VAAR) 836.6. After discussions, the most qualified firms will be selected based on demonstrated competence and qualifications for the required work, in accordance with the attached evaluation factors. Once the source selection evaluation board (SSEB) has evaluated the submitted SF-330s against the attached evaluation factors, the board will hold discussions with a minimum of three (3) A-E firms determined most qualified. After the discussions are complete, the most qualified firm rankings will be reconsidered by taking into account said discussions. Immediately thereafter, a request for proposal (RFP) will be issued to the most highly qualified firm. The CO reserves the right to initiate negotiations with firms in order to negotiate specific items. REGULATORY RESTRICTIONS In accordance with VAAR 836.606-73, the total cost of the contracted for A-E services must not exceed six (6) percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-2 (c) - Design Within Funding Limitation will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified A-E firm selected to complete the design. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms and 36.606 (c) Negotiations, all interested contractors are hereby put on notice that no construction requirement may be awarded to a firm that ultimately designs said construction requirements. The Government will not pay, nor reimburse, any costs associated with responding to this request for SF-330s. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The estimated magnitude for construction (not design) of this project is between $1,000,000.00 and $2,000,000.00. 1. The review/design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished by architects or engineers registered in the United States, or in the District of Columbia. 2. The project drawings/design shall be in compliance with applicable standards and codes described in VA Program Guides and design materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are available in the Technical Information Library (TIL) on VA Website address: http://www.cfm.va.gov/til/. 3. The awarded A/E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A/E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF-330 in the Find a Form block and click on search. REGISTRATION REQUIREMENTS The primary North American Industrial Classification System (NAICS) code for this service is 541330, Engineering Services, which has a size standard of $15,000,000. To receive award, contractors must be registered in the System for Award Management (SAM) at the time of contract award. Failure of a firm to be verified in SAM at the time of contract award shall result in elimination from consideration. Register via the SAM website at http://www.sam.gov. Those firms selected as the most highly qualified will be issued an individual Request for Proposal to negotiate labor rates. This synopsis and any resulting contract awards does not guarantee work to selected firms. Offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70. Submission of documentation of Veteran status, ownership, and control sufficient to establish appropriate status, by an offeror, must be verified in CVE at the time the SF-330 package is received by the CO. Failure to be both verified in VetBiz at the time SF-330s are submitted, when the proposal is received as a result of the solicitations being issued to the most qualified firms, and at the time of contract award will result in the offeror s proposal/SF-330 being deemed not acceptable. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. SECURITY ISSUES, LATE OFFERS, UNREADABLE OFFERS: Late submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c) (3). Particular attention is warranted to the portion of the provision that relates to the timing of submission. Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Parts 14.406 and FAR 15.207(c ). The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. SF-330 SUBMISSION INSTRUCTIONS: Interested firms should submit their current SF-330 to Matthew.Cox@va.gov. The SF-330s are due on June 5, 2017 at 4:00 PM Central Time (CT). Unless paper offers are specifically authorized in an individual solicitation, all responses to this request for SF-330s must be submitted electronically as described below. Responses submitted in a paper form are unacceptable and will be returned. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of this pre-solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. Additionally, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers Files readable using the current Microsoft* Office version Products: Word, Excel, and PowerPoint. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (purpose: contracting can open the PDF version and engineering can open AutoCAD files); Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer; and Please note that we can no longer accept.zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to this SF-330 request will be referred to as offers. Subject Line: Include the solicitation number, name of company, and closing date of solicitation; Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only one email is permitted unless otherwise stated in this paragraph or in writing by a Contracting Officer; and The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. POINT OF CONTACT: Matthew Cox (615) 225-4577 E-mail questions to: Matthew.Cox@va.gov **See attached document: Attachment 1 - USP 800 Evaluation Factors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917R0620/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-R-0620 VA249-17-R-0620_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3470968&FileName=VA249-17-R-0620-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3470968&FileName=VA249-17-R-0620-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04496289-W 20170506/170504235422-1ec79a3f4196db30a3b6b0c8a3155b0b (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.