Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
DOCUMENT

C -- Architect and Engineer Services AE Multiple Award Indefinite-Delivery Indefinite-Quantity Network Contracting Office 23 - North Dakota and Iowa PN: 437-CSI-109, Replace MRI (Fargo) - Seed Project - Attachment

Notice Date
12/6/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network 23 Contracting Office (NCO 23);4101 Woolworth Avenue, Bldg C;Omaha NE 68105
 
ZIP Code
68105
 
Solicitation Number
36C26318R0028
 
Response Due
1/25/2017
 
Archive Date
4/25/2017
 
Point of Contact
Sharon Spohn
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. A. INTRODUCTION: This is a Pre-Solicitation Notice for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract that is being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), Federal Acquisition Regulation Part 36.6, VA Acquisition Regulation 836.6 and Public Law 109-461. Pursuant to 38 USC 8127(d), competition is restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, as there is a reasonable expectation that two or more offers from SDVOSB firms will be received as a result of this notice. This announcement is NOT a request for proposal. NO solicitation package will be issued until after an evaluation has been made on the submitted SF 330s. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. B. CONTRACT INFORMATION: The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 23, is seeking to acquire AE Design, Construction, Historic Preservation and other Design Services that follow all local, federal and state regulations and guidelines. These services are essential for the Department of Veterans Affairs to provide high quality and cost effective facilities in support of our nation's Veterans. The Des Moines Construction Team s key customers are, but not limited to the Fargo, Des Moines, and Iowa City Veterans Affairs Medical Centers (VAMCs) and their VA Community Clinics (formerly known as Community Based Outpatient Clinics) which proudly work at the front lines of service delivery. The VA anticipates awarding up to five (5) Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside IDIQ AE contracts for work within North Dakota and Iowa. Fixed-Price (FFP) contracts will be negotiated and awarded for a base period of one (1) year plus four one (1) year option periods. The amount of the contract awarded to each SDVOSB firm will have a total contract capacity of $10,000,000.00 over the life of the contract. The minimum guarantee amount shall be $1,000.00 for this contract. The contract is anticipated to be awarded in 2018 and completed in 2023. AE services will be acquired by the issuance of Task Orders against this contract for work within the boundaries of the Veterans Integrated Service Network (VISN) 23. (See the attached Map for VA locations within North Dakota and Iowa). In accordance with FAR 52.216-19 - Order Limitations, the minimum order shall not be below $1,000.00 and the maximum single order shall not be greater than $2,000,000.00. If remaining capacity falls below $1,000.00, the Government will consider the contract complete. The North American Industrial Classification System (NAICs) codes for this acquisition are Architect or Architect/Engineer firms with an approved NAICS Code of 541310 Architectural Services, with a small business size standard of $7,500,000.00 in average annual receipts and 541330 Engineering Services, with a small business size standard of $15,000,000.00 in average annual receipts. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) database. Representations and Certifications must be completed electronically via this site. Register via the SAM Internet site at www.sam.gov or by contacting the SAM Customer Service at 1-866-606-8220. Firms 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 by submission of documentation of Veteran status and ownership and control sufficient to establish appropriate status. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz.gov at the time SF 330s are submitted, when the proposal is received as a result of the solicitation issued to the most qualified firm, and on the date of contract award will result in the offeror s proposal and SF 330 being deemed not acceptable. All offerors are urged to contact the CVE and submit the required documents to obtain CVE verification of their SDVOSB status if they have not already done so. Quality Control Plans will be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of the work). Also, in accordance with Executive Order 13658, the minimum wage for certain federal contractors is $10.20 per hour as of January 1, 2017. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. C. PROJECT INFORMATION/STATEMENT OF WORK: The Des Moines Construction Team supports its customers with services and products including but not limited to planning and programming, field survey; site and facility investigation; preparation of special technical studies; analyses of structural systems; feasibility and concept studies; material investigation and studies; preparation of engineering studies and/or investigation and preparation of A/E documents and reports for projects with associated structural, civil, landscaping, mechanical, electrical, environmental subsurface soil investigations and incidental work; preparation of design documents (designs, plans, specifications, cost estimates, and miscellaneous reports) to include building and ground alteration, maintenance, repair and minor construction; cost and schedule estimates; third-party design reviews; commissioning agent services; and monitoring and evaluating the construction progress for conformance to plans and specifications including review of required submittals by the contractor. Firms should have the following licensed/registered specialty disciplines as members of the firm or team, with demonstrable expertise for the following fields: (1) Architect; (2) Interior Design (3) Structural; (4) Civil; (5) Mechanical; (6) Electrical; (7) Environmental; (8) Value Engineering; (9) Cost Engineer; (10) Scheduler; (11) Risk Analyst; (12) Fire Protection; and (13) Historical Preservation, Blast Protection, and Security Specialist. Members of the firm or team must be licensed or a registered professional engineer. The firm or team should have a proficiency in healthcare facility design and related healthcare regulatory bodies and must be able to accommodate planning and strategies for projects in a fully functional healthcare facility. In addition, firms must have proficiency in campus infrastructure planning, programming, design, and construction to include, but not be limited to, boilers, chillers, electrical distribution, water and wastewater distribution, parking garages, grounds, and roads/sidewalks. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. All services will be prepared in compliance with VA standards, guidelines and criteria, such as PG 18-15 and Space and Equipment Planning System (SEPS), which can be found on the VA Technical Information Library (http://www.cfm.va.gov/til/index.asp) and the statement of work associated with each Task Order issued. Successful firms must be able to demonstrate experience and success in working with these standards, or similar system-wide standards from other federal, state, private healthcare systems or corporations is found on the VA TIL website. http://www.cfm.va.gov/til/dManual.asp D. SELECTION CRITERIA: Qualifications will be evaluated on each of the criterion listed below. Award will be made to up to 5 A/E firms that are determined to be most highly qualified. Evaluation Criteria (1) through (3) are considered most important and equal among themselves, while Criteria (4) through (9) are the least important and listed in descending order of importance. Evaluation Criteria include: Criterion 1 - Professional qualifications necessary for satisfactory performance of required services Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines (1) Architect; (2) Interior Design (3) Structural; (4) Civil; (5) Mechanical; (6) Electrical; (7) Environmental; (8) Value Engineering; (9) Cost Engineer; (10) Scheduler; (11) Risk Analyst; (12) Fire Protection; and (13) Historical Preservation, Blast Protection, and Security Specialist. Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF 330 Part 1 Section G. Criterion 2 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 Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract including: Experience with design of similar types of facilities Experience with multi-phased hospital design and construction programs Experience with construction and renovation phasing in hospitals and other VA facilities Experience with Patient Aligned Care Team clinic planning and design Experience planning, programming, designing, and construction of campus infrastructure to include boilers, chillers, electrical distribution, water and wastewater distribution, parking garages, grounds, and roads/sidewalks Experience with infection control during construction Experience with commissioning Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals). Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF 330 must be completed for each team member proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF 330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the team member/team entity on this contract, the project could be eliminated from consideration. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF330. For submittal purposes, a Task Order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed Task Orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement may not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Criterion 2 should be submitted in Part 1, Section F of the SF 330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 2. Criterion 3 Location in the general geographical area of the project and knowledge of the locality of the project. For this procurement, the firm must be located within the five (5) state region of Nebraska, Iowa, South Dakota, North Dakota, or Minnesota Indicate A/E firm location, including main offices, branch offices and any sub consultants offices and demonstrate how this will be advantageous to the Government. Additionally, offerors must affirm they can practice at all VA designated locations within North Dakota and Iowa. Criterion 4 Past Performance of the A/E firm and partners on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQ) or CPARS/ACASS for Criterion 1 projects and may include other information provided by the A/E firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a lower rating. NOTE: Past performance information should be provided only for projects listed under Criterion 1. SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF 330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) if it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 23, Attn: Sharon Spohn via email at sharon.spohn@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Criterion 5 Quality Control processes that result in high-quality, coordinated, and complete documents in accordance with PG-18-15 A/E Submission Instructions for Minor and NRM Construction Program Offerors shall submit a description limited to 3 pages in length of their Quality Control process to ensure documents are coordinated and complete prior to submission to VA for design reviews and project solicitation. Offerors shall also describe their process for resolution of design errors and omissions or conflicts in CD sets. Criterion 6 Capacity to accomplish the work in the required time Offerors will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Describe the A/E firms ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the A/E firms capacity to accomplish multiple projects simultaneously. Criterion 7 Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness Describe the A/E firms Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Criterion 8 Record of significant claims against the firm because of improper or incomplete architectural and engineering services List the record of signification claims, if any, against the firm because of improper or incomplete architectural and engineering services. Criterion 9 Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team List specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. E. SUBMISSION REQUIREMENTS: Firms are invited to respond to this announcement by providing two (2) CDs and one (1) original hard copy submittal package including an original SF 330, Parts 1 and 2, for the prime and an SF 330 for each subcontracted consultant proposed. Please include the firm s DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Submit qualifications and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. Acceptable Electronic Formats (Software) for Submission include: Files readable using the current Adobe Portable Document Format (PDF). 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 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; SF 330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. Please note that we can no longer accept.zip files due to increasing security concerns. Facsimile or electronic transmissions will not be accepted. It is anticipated that the five most highly rated firms based on the technical review of all of the SF 330 s received will be invited to provide oral presentations. A solicitation will only be issued to the most highly qualified vendors after oral presentations have been concluded and evaluated. Personal visits to discuss this announcement will not be entertained or scheduled. Selection shall be in order of preference from the firms considered most highly qualified. Questions may be directed only by e-mail to sharon.spohn@va.gov. In accordance with FAR 36.209 Construction Contracts with A-E firms and 36.606 (c), all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that ultimately designs this requirement. The SF 330s are due on January 25, 2018 at 2:00 PM (CT). Submittals received after this date will be considered late. Firms should send package to: Nebraska-Western Iowa HCS, Omaha VA Medical Center, ATTN: Sharon Spohn (90C), 4101 Woolworth Avenue, Omaha, NE 68105-1850. VA Primary Point of Contact is Sharon Spohn, NCO 23 Contracting Officer, Email: sharon.spohn@va.gov. Note 1: If combining two or more companies in a joint venture (JV) for this requirement, then include each company's role under Part I, Item H of the SF 330. If the JV partners have never worked together on similar jobs, so indicate. The JV will be evaluated as one. The experience of each JV partner will be evaluated based on each partner's role in cited past projects and in the proposed JV role for this project. To identify the JV, provide the DUNS number for each entity and the JV entity. Additionally, submit a signed JV agreement. Failure to submit a signed copy of the JV agreement will result in the JV's submission being excluded from consideration. Note 2: If a firm that is selected to submit a price proposal has had an audit conducted by the Defense Contract Audit Agency (DCAA) within the last 3 years from submission of proposal, the contractor will be required to submit them. All subcontractors not listed in the initial proposal must be approved by the Contracting Officer prior to issuance of Task Orders. See attached document: VISN 23 MAP 1 page See attached document: PPQ for VISN 23 AE IDIQ. 3 pages
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OmVAMC636/OmVAMC636/36C26318R0028/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26318R0028 36C26318R0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3950070&FileName=36C26318R0028-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3950070&FileName=36C26318R0028-000.docx

 
File Name: 36C26318R0028 VISN 23 MAP.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3950071&FileName=36C26318R0028-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3950071&FileName=36C26318R0028-001.pdf

 
File Name: 36C26318R0028 PPQ for VISN 23 AE IDIQ.rtf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3950072&FileName=36C26318R0028-002.rtf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3950072&FileName=36C26318R0028-002.rtf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04758396-W 20171208/171206230958-472a7a0a31a3d08fc160acb45d52ff2d (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  © 1994-2020, Loren Data Corp.