Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOLICITATION NOTICE

C -- C--AE Project 667-087 Design Parking Garage Addition for the Overton Brooks VA Medical Center, Shreveport, LA

Notice Date
12/10/2019 10:38:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620R0037
 
Response Due
1/9/2020 1:30:00 PM
 
Archive Date
03/09/2020
 
Point of Contact
Cynthia L. KinsmanContract Specialist
 
E-Mail Address
Cynthia.Kinsman@va.gov
(Cynthia.Kinsman@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Solicitation No. 36C25620R0037Page 9 of 9CONTRACT INFORMATION: General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The Government will not pay, nor reimburse, any costs associated with responding to thisrequest. 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 NAICS Code for this acquisition is 541330 Engineering Services and the applicable Small Business Size Standard is $16.5M. The area of consideration is RESTRICTED to a 500 mile driving radius of the Overton Brooks VA Medical Center, 510 E. Stoner Avenue, Shreveport, LA 71101-4295 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. Note: The 500 mile driving radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov and the Vendor Information Pages database at http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award shall result in elimination from consideration as a proposed contractor.SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns.c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costswill be provided to the most highly rated AE firm selected to complete the design. The magnitude for construction (not design) of this project is between $10,000,000 and $20,000,000. SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Overton Brooks VA Medical Center Evaluation Board in accordance with the selection criteria. Firms will be selected based on demonstrated competence and qualifications for the required work. (1) Professional qualifications necessary for satisfactory performance of required services;(2) Specialized experience and technical competence in the type of work required;(3) Capacity to accomplish the work in the required time;(4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;(5) Location in the general geographical area of the project and knowledge of the locality of the project (500 miles); (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.(7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.(8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted to: All original SF330 packages and Narrative Information shall be submitted as four (4) hard copies [as mentioned below in subparagraph d] to:Overton Brooks VA Medical CenterNCO 16 - ATTN: Kaitlyn West RE: AE Solicitation No. 36C25620R00371800 Buckner St, Suite C200, Rm 18Shreveport, LA 71101-4295 Only one (1) CD of the SF330 full submittal package as a single pdf file [as mentioned below in subparagraph d] to:Gulf Coast Veterans Health Care SystemNCO 16 ATTN: Cynthia KinsmanRE: AE Solicitation No. 36C25620R0037400 Veterans Ave, Bldg T102 Rm A110Biloxi, MS 39531-2410All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25620R0037. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. IMPORTANT: All submissions shall be in black and white (no color of any type) and shall be on loose leafed pages. NO color submissions and NO binders of any type. (d) Firms that meet the requirements listed in this announcement are invited to submit four (4) copies and one (1) pdf copy on CD of the completed SF 330 including Parts I and II as described herein, to the above address: No later than 3:30 P.M. (CST) on THURSDAY - JANUARY 9, 2020FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. Interested firms shall address each of the Eight (8) Selection Criteria in their SF 330 s and additional documents/submittals.THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.PROJECT INFORMATION: Request for ProposalToDESIGN PARKING GARAGE ADDITIONProject No. 667-087Overton Brooks VA Medical Center, Shreveport, LAPROJECT BACKGROUND AND DESIGN SCOPE OF WORKOverton Brooks VAMC has a requirement to design a new multi-level Parking Garage Addition to be joined and accessible horizontally, where it will fit best, to the existing parking garage Bldg. No. 60. The design of the new addition to the existing parking garage shall provide 436 parking spaces. The existing parking facility must remain open and available to patients during all construction activities. This contract will provide for a comprehensive site investigation, environmental coordination, design, procurement phase support, and Construction Period Services (CPS). The design will address options for service road entrances/exits, safe handicap accessible pedestrian walkways to/from and within the structure, open edge fall protection with suicide prevention screening, landscaping, lighting, drainage, all infrastructure improvements, and utilities to support the new addition. The structure shall include an elevator, fire alarm and suppression system (as applicable), Emergency Call System and a closed-circuit television (CCTV) system. The design for the new parking structure shall be extensions from and compatible with the designs/systems in the existing garage structure (Bldg#60). Additional design considerations include: an open storage area (below ground level) and the use of Pre-cast construction to reduce laydown space and construction time. The overall appearances/finishes shall match the existing parking garage structure. The completed Parking Garage Addition design shall provide for a fully functioning, easily accessible, code compliant parking structure.PERIOD OF PERFORMANCEThe delivery date for this contract shall be 365 days from Notice to Proceed.LOCATIONOverton Brooks Veterans Affairs Medical Center 510 E. Stoner AveShreveport, Louisiana 71101TERMS OF THE SOLICITIONThe term responsibility , used in the instructions that follow, included architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP for OBVAMC Project No. 667-087. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional parking garage addition. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning facility.The terms Design Team , Design Offeror , or A/E refers to the successful design team. The design team shall consist of a CVE verified Service-Disabled Veteran-Owned Small Business architectural/engineering firm and all associated consultants and subcontractors.The term Design Team or engineer refers to registered Architects and Engineering professionals licensed/registered.The terms work and project refers to the all site investigation, site survey, calculations, testing and design for documents to construct the OBVAMC Parking Garage Addition.The term VA refers to the United States Department of Veterans Affairs and the term VAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA.The VAMC Coordinator or COR (Contracting Officer s Representative) for this project is; Archie Lanham at 318-990-4721, archie.lanham@va.govThe CO (Contracting Officer) for this project is TBDQUALITY ASSURANCE/QUALITY CONTROL (QA/QC)The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions the firm will take during the design process to ensure a quality finished design is achieved.COST ESTIMATEA detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. Emphasis shall be placed on cost and scope management. The design shall be within the project construction budget and be consistent with the identified project scope. The development of construction documents by the Design Team shall include deductive alternates, up to 10% of the project cost estimate.DRAWINGSThis project will utilize AutoCAD, version 2017. All VA design guides and requirements can be found online at: http://www.cfm.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent shall govern.SITE AND TOPOGRAPHY SURVEYThe A/E shall conduct a ground based topographic survey by a State of Louisiana licensed surveyor. Survey limits shall be established by the designer in order to adequately facilitate the complete design of the new parking garage addition, utilities, access walkways and roads. The VA will provide a general site plan indicating the areas where the new parking garage addition could be sited. The Design Team shall investigate these sites (south and west) of the existing new parking garage Bldg. #60 and propose Parking Garage Addition design options for each area along with the pro s and con s. VA leadership will make a final site selection for the design.GEOTECHNICAL SURVEYThe A/E shall perform a geotechnical field exploration by a State of Louisiana licensed Geotechnical or Soils Engineer and laboratory testing program to obtain information on subsurface conditions to evaluate the geotechnical aspects of the project. The A/E shall identify subsurface soil, rock and groundwater conditions on the selected site to the depths that would be required in accordance with the structural and foundation design of the new parking garage. The A/E, at their expense, shall procure their own geotechnical survey to facilitate/confirm the requirements for the new Parking Garage design. This cost of this shall be included in the A/E s cost proposal.UTILITY SURVEYDuring the design phase, the A/E shall coordinate with VA Staff to obtain information to facilitate the design. Where information is not available, the Design Team shall perform their own investigation attheir own expense. The A/E shall provide the necessary professional services to conduct a complete site utility survey as needed to identify all above and below ground utilities in the vicinity of the subject project site. An analysis of the capacity of the existing utilities to serve the new parking garage addition shall be performed. The end results of the survey/study shall be reflected in the design documents and indicate the current system capacities and the necessary work required for the utilities to adequately support the new parking garage addition.FIRE PROTECTION ENGINEER REVIEW & CERTIFICATIONThe A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittals beyond the schematic design. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating the FINAL plans and specifications are in compliance with the current LSC and NFPA codes.SEISMIC DESIGNIn accordance with the VA s manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being Low (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is not required.PHYSICAL SECURITY & BLAST DESIGNThe design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected Facilities. The design of the new parking garage shall meet all required standoff distances.HANDICAP ACCESSIBILITYThe design shall be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 (Barrier Free Design Guide) in all areas.LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED)The A/E shall design the new Parking Garage to meet LEED Silver requirements. The AE shall provide, with each design submission, the status of the LEED points considered and incorporated into the design and shall identify the plan to achieve the appropriate number of points for LEED Silver. NOTE: Actual LEED certification as a result of the construction will not be required.COMMISSIONINGThe A/E shall incorporate the VA s commissioning specification into the design and complete set of construction documents as applicable. The A/E shall prepare the construction document to require the construction contractor to procure the 3rd party Commissioning Agent to oversee and execute the contract required commissioning activities during Construction.GOVERNMENT FURNISHED INFORMATIONThe following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL) to be used for this project, as applicable:PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-5 Equipment Guide ListSeismic Design HandbookPG-18-9 Space Planning CriteriaPG-18-10 Design Manuals (by discipline)PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design GuidesPG-18-14 Room Finishes, Door and Hardware SchedulesPG-18-15 Minimum Requirements for A/E Submissions (Included as Attachment A) PG-18-17 Environmental Compliance ManualH-7545 VA Cultural Resource ManagementPhysical Security Design Manual for VA Facilities, Life-Safety ProtectedDESIGN SUBMISSIONS/DELIVERABLES:Will be in accordance with the A/E Submission Instructions for Minor and NRM Construction Programs; PG-18-15, Volume C. SEE ATTACHMENT A.CONSTRUCTION PERIOD SERVICES (CPS): AE shall provide full post design services construction period service IAW the Special Provisions of this contract.PRE-AWARD: CPS s to include assistance with questions, request for information (RFI s), meeting conference calls, clarifications and addendums during the construction solicitation phase.POST-AWARD: CPS s also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, inspections, reviewing and responding to RFI s and review/coordination of contract modifications/change orders. Designing and estimating of design omissions.POST-AWARD SITE VISITS: CPS s shall also include a minimum of 8 Site Visits during the construction phase of the project. Type and discipline of site visit shall be determined at the time of need by the COR.ASBUILTS: AE shall also incorporate contractor s as-builts/redline drawings on AutoCAD (2017) binded & BIM and provide both electronic (two CD s clearly labeled) and hard copy sets. Hard copy sets of as-built drawings shall consist of two 22 x34 size sets, five 17 x22 size sets and two 11 x17 size sets.See attached document: AE Design SOW Proj 667-087 Attachment A.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/231e9e8bce8043b082569035efa57e40/view)
 
Place of Performance
Address: Department of Veterans Affairs;Overton Brooks VA Medical Center;510 E. Stoner Ave;Shreveport LA 71101, USA
Zip Code: 71101
Country: USA
 
Record
SN05512784-F 20191212/191210230250 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.