Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2018 FBO #5965
DOCUMENT

C -- VA(S) WV AE IDIQs - Attachment

Notice Date
3/22/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 306A;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
36C24518R0133
 
Response Due
4/27/2018
 
Archive Date
6/26/2018
 
Point of Contact
Shari M Kesecker
 
E-Mail Address
3-0811
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 8 of 8 ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. NAICS Code: 541 -- Professional, Scientific, and Technical Services; 541310 - Architectural and 541330 Engineering Services The Department of Veterans Affairs Medical Center (VAMC); VISN 5 Contracting, 510 Butler Avenue, B308B, Martinsburg, WV 25405 is advertising for a Multiple Award, Indefinite Delivery - Indefinite Quality (IDIQ) for Multi-Disciplinary contract for Architectural and Engineering Services at all West Virginia VA Medical Centers, (and their respective Community-Based Outpatient Clinics (CBOCs)). This acquisition is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Any subsequent award will require firms to be registered in System for Award Management (SAM) (www.sam.gov) as a small business as well as VETBIZ (www.vetbiz.gov). Eligible AE firms must have a working office location within 0-250 miles of the VA Medical Centers Beckley, WV/Martinsburg, WV and Clarksburg, WV main hospital address (CBOC locations not included in the distance requirement)(listed attached below). Eligible AE firms must have a working office location within 0-550 miles of the VA Medical Center, Huntington, WV main hospital address (CBOC locations not included in the distance requirement)(listed attached below). This distance is determined according to www.randmcnally.com and will be included as an evaluation factor for technical evaluation. It is anticipated that the number of awards made will allow for each hospital to have access to 2 to 3 A/E s within 250 miles of their facility or in the case of VA Medical Center, Huntington WV to have access to 2 to 3 A/E s within 550 miles. The selected A/E firm(s) shall be in accordance with FAR 2.101 definition of Architect-engineer services as defined in 40 U.S.C. 1102 and FAR Part 36.6 to provide professional A/E services for various VA projects as required. The prime Architectural firm or prime Engineering firm must not be a management firm only but involved heavily in all designs, stamping drawings along with the other team disciplines. A/E(s) signing drawings must be licensed in the State of WV. The license(s) are required at the time of an award to prospective A/E(s). The following A/E disciplines are expected to be required during the course of the contract: architecture, structural, civil, mechanical, plumbing, landscaping, electrical, fire protection, industrial hygiene, interior design, surveyors, cost estimators, certified physical security specialist or other types of A/E services as defined by FAR Part 36.6 that may be necessary. Upon award, task orders may include, but are not limited to: Studies includes investigating various alternatives for a project, analyzing the pros and cons of each alternative and writing a report of findings/recommendations to include a cost estimate for each alternative. Schematics/Design Development includes, but is not limited to, site surveying, researching, testing, defining the work, and presenting information required for project design. The A/E shall provide a preliminary evaluation of the project scope, schematic drawings, schedule, and construction budget. Alternative approaches to design and construction are to be investigated during this phase in order to develop a design approach that best meets the scope of work and stays within the construction budget. Design Development documents include drawings and other documents that fix and describe the dimensions and character of the project. Architectural, civil, structural, mechanical, and electrical systems and other elements are included as appropriate. A current construction cost estimate, broken down into the current CSI specification sections is also required. Contract Drawings and Specifications include, but are not limited to, design narratives, design analyses, and production of plans, specifications, a detailed cost estimate in current CSI format, a submittal log, and other documents required for award of a construction contract. Construction Period Services may include review of Contractor submittals, answering all contractor Request For Information (RFI s), conducting site visits, partial and final inspections, and preparation of record drawings. Commissioning Services on all projects for new construction and renovation that address facilities over 5,000 SF as well as projects over $5M, and other projects on a case-by-case basis. Master Planning Services for future growth and planning of our campus infrastructure based on current and future requirements. Third Party Review for quality control and quality assurance of designs from inception to 100% percent completion. Life Cycle Cost Analysis (LCCA) and Lowest Life-Cycle Cost (LCC) for assessing the total cost of facility/equipment ownership. Sustainability Analysis of availability, potential, and feasibility of primary renewable energy resources, water conservation, and green building technology. Energy Modeling as required by LEED (US Green Building Council) or Green Globes (Green Building Initiative) to assess the energy use of various systems and quantify the results attributed to the proposed design. Establish Minimum Energy Performance Standards for various MEP systems to effectively manage maximum energy consumption. Load Analysis for various utility systems such as cooling, heating, and power distribution systems whether existing or in design stage. The Government anticipates award of a base year and four (4) one-year option periods which may be awarded at the sole discretion of the Government. (Note: The Government reserves the right to cancel the contract(s) at any time if it is in the best interest of the Government.) Minimum fee per for each task order is $2,000. Maximum fee for each task order shall not exceed $750,000.00. The maximum cumulative contract value under any resultant contract(s) shall not exceed $50,000,000.00 for the entire contract duration including any option periods exercised. The minimum guarantee for the entire contract term is $2,000 per awarded contract. The VA will provide a specific scope of work and Supplement B for each task order along with a request for the A/E to prepare a fee proposal. Fee proposals shall be based on pre-established unit prices for all disciplines as defined in the solicitation and negotiated in any resultant contract(s). Negotiated rates for base and option period(s) will be firm fixed-price for each contract period awarded. Unit prices for unique services not included in the original negotiation will be negotiated on a case by cases basis with each task order. The award of the initial task order will satisfy the minimum guarantee for the entire contract term (including option years.) Multiple task orders may be awarded with various completion schedules and overlapping delivery dates. The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services (Small Business size standard of $7.5 million dollars average annual gross revenues for the past three fiscal years) and 541330 Engineering Services (Small Business size standard of $15.0 million dollars average annual gross revenues for the past three fiscal years). The A/E selection criteria shall include the following elements (I) through (X), listed in order of importance or merit. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF 330. The AE interview scoresheet (table) reflected below shows the evaluation factors that will be used to evaluate each firm (as a team) to both shortlist SF330 s and upon completion of all interviews. The table shows the posted Weights for each factor and the evaluators will assign a raw score, that raw score will be multiplied to the Weighted value to arrive at a weighted score. These scores will then be totaled for a total weighted score. It is anticipated that at least twelve to fifteen AE firms will be granted an interview (this number could be reduced or expanded if it is determined to be in the best interest of the Government). It is further anticipated that 2 to 3 AE firms will be awarded a contract for each hospital (Beckley, Huntington, Martinsburg, and Clarksburg). AE firms MUST be located within a 250 mile radius of VA Medical Centers: Beckley WV/Clarksburg, WV/Martinsburg WV. AE firms MUST be located within a 550 mile radius of the VA Medical Center, Huntington WV. I - PROFESSIONAL QUALIFICATIONS 15 1. Resume of each team member   2. Designers of record and their discipline   3. Reputation and standing of the firm principal officials with respect to professional performance, general management philosophy.   4. Specific experience and qualification of personnel/team proposed for assignment to the project and their record of working together as a team.   5. Proposed management plan and design development process. 6. Proposed approach to estimating construction costs.   II - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE 20 1. Narrative of up to 10 relevant projects completed within the last five years that illustrates overall team experience. 2. General list of healthcare projects in last 5 years by team members. 3. Experience in physical security design 4. Experience in energy conservation/sustainability III- PAST PERFORMANCE 20 1. Specific cost control measures utilized in Factor II submitted projects. 2. Quality control process utilized in Factor II submitted projects. 3. Performance schedules challenges and compliance in Factor II projects. 4. List relevant projects constructed within last 10 years with original budget, final budget, final estimate, construction contract, total change orders. 5. Projects demonstrating experience working with Government entities. 6. Copy of performance evaluations and owner points of contact. 7. Included evaluations for projects in Factor II.1.&2 above. IV - ORGANIZATION, MANAGEMENT AND QUALITY CONTROL 20 1. Firm's organization and management process for this contract. 2. Quality control program for this contract with name of person responsible for QA/QC and person responsible for technical/constructability review (provide examples, checklists). 3. Ability to handle other projects for multiple clients with varying types of project requirements and technical challenges. 4. Team's organization for this contract (provide organization chart that identifies overall relationship and lines of authority of the team).   V - CAPACITY 15 1. Available resources to accomplish task orders on time sensitive schedules. 2. Process controls proposed for keeping team members on schedule. 3. Describe experience in delivery of projects on a time sensitive schedule. 4. Current contracts greater than $20,000. 5. Current workload and availability of the team.     VI - LOCATION 10   1. Geographical location from West Virgina VA hospitals and knowledge of locality.     VII - LITIGATION AND INSURANCE 10     1. Record of significant claims against the firm and team members. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. 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. The socio-economic set-aside associated with this advertisement is 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside. Therefore, this acquisition is open to all prime firms meeting the qualifications of SDVOSB under the associated NAICS code as registered in SAM and VETBIZ. Qualified A/E firms are required to submit THREE (3) hard copies and ONE (1) electronic copy via CD of their entire completed SF Form 330 packages; SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Contract awardees will be required to submit annual updated SF 330 Architect/Engineer Qualifications if option periods are exercised. Submission of information incorporated by reference is not allowed. Submissions are limited to 75 pages, no photographs. Information shall be submitted no later than April 27, 2018. Telephone inquiries will not be honored. No faxed or emailed forms/submissions will be accepted. Mailed submissions sent to: Department of Veterans Affairs Medical Center, Attn: Shari M. Kesecker, SAO East/VISN 5 Contracting, 613/90C, 510 Butler Avenue, B306A, Martinsburg, WV 25405 on the date and time specified above. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short listing" of twelve to fifteen (more or less) firms deemed most highly rated after initial source selection (shortlisted) will be chosen for interviews. It is anticipated that IDIQ contracts will be awarded to a minimum of six (6) contracts (this number may be expanded as deemed necessary by the contracting officer) for AE Services defined below and deemed most highly qualified after interviews. The Government reserves the right to make awards without interviews, if necessary. 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. NOTE: UPON AWARD, THE FOLLOWING WILL APPLY: The A/E disciplines include, but are not limited to, the following: Architectural, Civil, and Mechanical/Electrical/Plumbing (MEP) which includes the following disciplines: estimating, structural, mechanical (HVAC), electrical, plumbing, geotechnical, design, certified physical security specialist and engineering services related to healthcare facilities. The Contracting Officer will provide awardees a fair opportunity to be considered for each task order. The procedures and selection criteria used to issue task orders will be based on the requirement, cost, availability, expertise, complexity, duration, past performance on earlier orders under the contract, including quality, timeliness and cost control; potential impact on other orders placed with the firm; minimum order requirements; amount of time contractors need to make informed business decisions. Other considerations would include resource intensity, highest value solution and conceptual approach. As the need for services covered by this contract arises, the Government will issue a Request for Task Order Proposal to the selected AE within the discipline provided there are no adverse performance issues from any previous task order performed under this contract. RFP will include a statement of work, Supplement B and any other necessary documentation or project requirements to perform the required services. The AE firms shall promptly submit a proposal, which shall include a detailed cost or pricing breakdown utilizing a VA Form 08-6298, Architect-Engineer Fee Proposal which will be an attachment to the solicitation. Competition and Selection will be based on the procedures listed at FAR 36.602. Once an agreement has been reached with the top ranked firm or revised top ranked firm on services to be performed over $2,000.00 and time for completion, the Contracting Officer shall issue a Task Order against the contract, reflecting all terms agreed upon. Task orders will be issued using the VA Form 0730 Task/Delivery Order for Supplies or Services, and/or VA Form 10-0412A Task Order for A/E Services on a Firm-Fixed Price basis. If agreement cannot be reached, neither party will be under any obligation to the other, with respect to the services covered by the particular statement of work. No work shall be performed on an individual statement of work until the Contracting Officer has executed a Task Order. Award of any resultant contract is contingent upon the availability of funds. Contracting Office Address: Department of Veteran Affairs Shari M Kesecker, CO 613/90C 510 Butler Avenue, Building 306A Martinsburg, WV 25405 Point of Contact(s): Shari M. Kesecker, Contracting Officer, email address: shari.kesecker@va.gov Martinsburg VA Medical Center 510 Butler Avenue Martinsburg, WV 25405 Community Based Outpatient Clinics Cumberland Community Based Outpatient Clinic 200 Glenn Street Cumberland, MD  21502 Fort Detrick Community Based Outpatient Clinic 1433 Porter Street Frederick, MD  21702 Franklin Community-Based Outpatient Clinic 91 Pine Street Franklin, WV  26807 Hagerstown Community Based Outpatient Clinic Hub Plaza Bldg, 1101 Opal Ct Hagerstown, MD  21742 Harrisonburg Contract Community Based Outpatient Clinic 1755 S. High Street Harrisonburg, VA  22801 Petersburg Community Based Outpatient Clinic 15 Grant St. Petersburg, WV  26847 Stephens City Community Based Outpatient Clinic 170 Prosperity Drive Winchester, VA  22602 Huntington VA Medical Center 1540 Spring Valley Dr. Huntington, WV 25704 Community Based Outpatient Clinics Charleston VA Clinic 700 Technology Drive South Charleston, WV  25309 Gallipolis VA Clinic 323A Upper River Road Gallipolis, OH  45631 Lenore VA Clinic 2867 Route 65 Lenore, WV  25676 Prestonsburg VA Clinic 5230 KY RT 321 Prestonsburg, KY  41653 Beckley VA Medical Center 200 Veterans Avenue Beckley, WV 25801 304-255-2121 | 877-902-5142 Community Based Outpatient Clinics Greenbrier County VA Clinic, WV 228 Shamrock Lane Ronceverte, WV  24970 Princeton VA Clinic 1511 North Walker Street Princeton, WV  24740 Louis A. Johnson VA Medical Center 1 Medical Center Drive Clarksburg, WV 26301 Community Based Outpatient Clinics Braxton County CBOC 40 Reston Place Gassaway, WV  26624 Monongalia County CBOC 40 Commerce Drive, Suite 101 Westover, WV  26501 Rural Mobile Unit 1 Medical Center Drive Clarksburg, WV  26301 Tucker County CBOC 260 Spruce Street Parsons, WV  26287 Wood County CBOC 2311 Ohio Avenue, Suite A Parkersburg, WV  26101
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/36C24518R0133/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24518R0133 36C24518R0133.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4168684&FileName=36C24518R0133-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4168684&FileName=36C24518R0133-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04864578-W 20180324/180322232006-4471804a45db64af88b4ce09fd4fe05d (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.