Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

C -- Relocate Medical Ward for Patient Privacy 589A4-21-100 (Covid 19 NRM Funded)

Notice Date
7/31/2020 4:10:25 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520R0113
 
Response Due
8/14/2020 12:00:00 PM
 
Archive Date
11/12/2020
 
Point of Contact
jeanette.mathena@va.gov, Jeanette Mathena, Phone: 913-946-1129
 
E-Mail Address
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 1 of 5 Synopsis: CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms located within a 350 mile radius of the Harry S. Truman VA Medical Center, Columbia, Missouri. The mileage restriction is in compliance with VAAR 805.207(b). This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded in August 2016. 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 (jeanette.mathena@va.gov). Personal visits to discuss this announcement will not be allowed. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $7.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 300 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASID FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION 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.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 and1128A 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.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 3 ring binder) and a CD copy of the Standard Form 330. Completed package shall be delivered on or before June 15, 2016 by 2:00PM CDT to the following address: Department of Veteran Affairs, NCO 15 Contracting Office, Attn: Contracting Officer: Jeanette Mathena, Contracting office address: 3450 S.4th Street Trafficway, Leavenworth Kansas 66048 Outermost envelope or packaging shall clearly identify Solicitation number and project. Information shall be submitted via commercial courier service, mail or hand carried deliveries. Telegraphic, email, and facsimile forms are prohibited. PROJECT INFORMATION Description of work to be performed includes: Architect-Engineering services are required for Schematics Design, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Project # 589-335, Relocate Community Living Center. 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, Technical Specifications, Cost Estimates, construction period services, Site Visits, As-Built Documentation, and all other related information as outlined in the ""AE Instructions"" for project 589-335, Relocate Community Living Center , Harry S. Truman Memorial Veterans Medical Center. 1) Necessary site survey, to include geo-technical survey, for work such as verifying existing conditions, verifying record drawings, and verifying and analyzing utility systems shall be accomplished in conjunction with preparation of Schematic Design, and Design Development for a new approximate 15,000 square foot, 10-15 bed community living center. 2) Building shall feature 10-15 private patient rooms with the following features: window to exterior, private patient bathrooms, fully compliant with all ADA regulations, sound deadening surfaces/wall & ceiling insulation, and fall impact reducing flooring underlayment. Future expansion of an additional 15-20 beds shall be considered. 3) HVAC system to be variable air volume type and the building management system shall be tied into the existing building management system in the main building. 4) The A/E shall evaluate the various energy savings systems available, all lighting shall be LED. 5) Building shall feature a living room area, a dining room area, a small kitchen area with an ice/water machine and coffee/drink area, housekeeping closets, bathing suite(s), clean and soiled linen areas, storage area for oxygen, reception/visiting area, nurses station shall feature the following characteristics: CCTV view of all entrances and common areas, nurse call system, entrance controls, in direct view of the main CLC entryway, secured access from patient areas, workspace for clinical staff, and medication room accessible through nurse s station. The entrance and sidewalk shall be compliant with the VA Barrier Free Design Guide. 6) 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. 7) AE will provide meeting notes and or minutes for meetings and conference calls. 8) The A-E shall provide competent design and construction period services 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. 9) Final project capable for achieving LEED cetification. 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 Schematic Design phase, square foot estimates would be adequate. As the design progresses in detail, so the estimate would progress in detail. Schematic design will incorporate a 30-35 bed facility, with a logical phasing plan, however, design development, construction documents and specifications will only be developed for a first phase of 10-15 beds and all logistical/administrative space. 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. Must keep the number of outages to a minimum and 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 at least a minimum of 20% bid deduction. F. Review AE Quality Alerts from the TIL. Design completion timeframe of 300 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 $5,000,000.00 and $10,000,000.00. EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1.  Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary.  SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. 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. Qualifications (SF330) submitted by each firm for Project # 589-335 for Harry S. Truman Memorial Veterans Medical Center will be reviewed and evaluated based on the following evaluation criteria listed below: Professional Qualifications: 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. A&E firms shall have licensed professional architects/engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects (ACHA American College of Healthcare Architects), Communication Specialist (minimum Voice and Data), Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Estimators, CAD operators, Project Managers, LEED Consultant, fire protection engineer, and Certified Healthcare Interior Designer (CHID). Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for medical facilities new construction and renovations to existing medical facilities, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Capacity to Accomplish the Work: the general work load 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. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. Past Performance: the past performance of projects that are complete (design and construction) that the firm has designed 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 performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with VAAR 805.207(b). This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms more distant than 350 miles will receive a zero score for this criterion. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/39a7ccf07c1f49f89375ff613fd37e9a/view)
 
Place of Performance
Address: Harry S. Truman VAMC 800 Hospital Drive Columbia, MO 65201, USA
Zip Code: 65201
Country: USA
 
Record
SN05741433-F 20200802/200731230144 (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  © 1994-2020, Loren Data Corp.