Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

C -- AE Replace Domestic Water and Chilled Drinking Water Piping - 539-21-102

Notice Date
7/20/2020 3:31:46 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020R0131
 
Response Due
9/2/2020 12:00:00 PM
 
Archive Date
12/01/2020
 
Point of Contact
Luke Turner, Contracting Officer, Phone: 937-268-6511
 
E-Mail Address
Shellie.Murphy@va.gov
(Shellie.Murphy@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
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 Replace Domestic Water & Chilled Drinking Water Piping, Project Number 539-21-102 for architectural and engineering (AE) services at VA Medical Center, Cincinnati, OH. 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 Ohio (the full text of the clause can be read at www.acquisition.gov). Architects and Engineers performing work on projects must be registered. Description of work to be performed includes: Architect-Engineering services are required for Schematics Development (SC), Design Development (DD), Construction Documents (CD), technical specifications, Construction Period Services (CPS), site visits, cost estimates, and all other related information for Replace Domestic Water & Chilled Drinking Water Piping, Project Number 539-21-102. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: I. STATEMENT OF AE TASKS A. The AE shall furnish all services for a complete schematic design, design development, construction documents, bid documents, site visits, cost estimates, as-built documentation, and construction period services and all other related information for Replace Domestic Water & Chilled Drinking Water Piping, Project Number 539-21-102f at the Cincinnati VA Medical Center in Cincinnati, OH. 1) Necessary site survey work such as verifying existing conditions, verifying record drawings, and verifying and analyzing utility systems shall be accomplished in conjunction with preparation of SD and DD. 2) The A/E shall design to correct a number plumbing and water FCA deficiencies at the Cincinnati campus. Documented FCA D issues to be corrected by this project include replacing domestic water piping, the central chilled drinking water system, site shutoff valves and installing a water softening system. Asbestos and lead-based paint abatement is part of this project. 3) The A/E shall evaluate each building to determine which field devices need to be added in accordance with current codes. 4) The AE will be required to attend in person (or Senior Delegate of AE) to pre-bid meetings, a pre-construction meeting, project construction meetings and a final inspection meeting. There will also be various construction site meetings that will require a representative of the AE. 5) AE will provide meeting notes/minutes for meetings and conference calls. 6) The A-E shall provide competent design and CPS utilizing individuals who are adequately knowledgeable of the various design disciplines including but not limited to architectural and engineering of structural, mechanical, electrical, and special systems as required by the project. Changes in personnel from those who are proposed in negotiations, interviews, kick-off meeting, and/or A-E submission forms must be approved in writing. The registered individuals who will stamp the completed documents shall accomplish engineering design work. B. The AE shall provide cost estimation, project scheduling & phasing, bid period and construction period services as further described in the contract. Estimates shall have a full itemized line item breakout commensurate with the degree of design accomplished. At the SD phase, square foot estimates would be adequate. As the design progresses in detail, so the estimate would progress in detail. C. The AE shall provide bid documents in both hard paper copies and electronic format. Electronic format shall include AutoCAD and Microsoft Word/Excel as well as PDF format for all. Final PDF of the construction drawings shall include the professional stamp. D. AE shall design construction to phase and coordinate work to minimize disruptions to medical center operations. Outages shall be minimized, and temporary conditions planned to maintain critical utility systems. Suitable space/access for mechanical room equipment maintenance must be maintained throughout construction. To keep the number of outages to a minimum, group common work. Phasing of interruptions shall be clearly indicated on the construction documents. E. A-E shall design within funding limitations. AE shall coordinate cost control measures with COR to design within funding limits. Cost control alternatives shall be explored in Design Development (DD s). The AE is required by national VA directive to include a 20% bid deduction. F. Review AE Quality Alerts from the TIL. Design completion timeframe of 270 days after receipt of the Notice to proceed. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between $1,000,000 and $5,000,000. Qualifications (SF330) submitted by each firm for Replace Domestic Water & Chilled Drinking Water Piping, Project Number 539-21-102 will be reviewed and evaluated based on the following criteria: Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 as follows: (1) Professional Qualifications (Attachment 1): the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines which will be evaluated are architectural, engineering, and estimating. (2) Specialized Experience and Technical Competence (Attachment 1): specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (3) Capacity to Accomplish the Work: the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. (4) Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. (5) Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. Scoring will be based off of the proposed location of the prime contractor firm for this category. Scoring shall be as follows: within 75 miles Excellent (Blue); 76-125 miles Very Good (Green); 126-175 miles Acceptable (Yellow); 176 225 miles Marginal (Orange); 226 300 miles Poor (Red). (6) Specific experience and qualifications: of personnel proposed for assignment to the project and their record of working together as a team. FAILURE TO CLEARLY ADRESS ALL SIX LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $8.0 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 270 calendar days including time for VA reviews. The A/E firm shall also be required to perform CPS if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS IN COMPLIANCE WITH VAAR 852.219.10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFROMATION PAGES DATABASE (http://www.vetbiz.gov) SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.beta.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.beta.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc.) and a CD copy of the Standard Form 330. Completed SF330s can be delivered to Network Contracting Office 10, Attn: Luke Turner, 260 East University Ave, Suite 100, Cincinnati, OH, 45219, no later than 3:00 p.m. EDT, 2 September 2020. Outermost envelope or packaging shall clearly identify solicitation number and project title and number. No hand carried deliveries. Telegraphic, email, and facsimile forms are prohibited. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (luke.turner@va.gov) telephone inquiries will not be honored. 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 contract is anticipated to be awarded in October/November. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b4aaf1cbc1714b33855dfcc9f11eb7c1/view)
 
Place of Performance
Address: Cincinnati VAMC 3200 Vine St Cincinnati, OH 45220, USA
Zip Code: 45220
Country: USA
 
Record
SN05726017-F 20200722/200720230145 (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.