Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2021 SAM #7056
MODIFICATION

C -- Architect-Engineer (AE) Services for design services for the James A. Haley Veterans� Hospital in Tampa, Florida

Notice Date
3/23/2021 7:50:04 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127821R0019
 
Response Due
4/21/2021 10:00:00 PM
 
Archive Date
05/07/2021
 
Point of Contact
Cheryl Ayler, Phone: 2516943890, Courtney Perry
 
E-Mail Address
Cheryl.L.Ayler@usace.army.mil, Courtney.L.Perry@usace.army.mil.
(Cheryl.L.Ayler@usace.army.mil, Courtney.L.Perry@usace.army.mil.)
 
Description
CONTRACT INFORMATION: �The U.S. Army Corps of Engineers (USACE), SAD, Mobile District requires AE Services to Support the VA at the James A. Haley Veterans� Hospital, Tampa, Florida. Services are to be provided under a Single Award Task Order a Contract (SATOC).���� This procurement will be conducted in accordance with the Architect and Engineer Selection Procedures (formerly referred to as the Brooks Act). The North American Industry Classification System (NAICS) code for this action is 541330, Engineering Services.� It is open to all AE firms regardless of size. The Government intends to award one (1) contract with a total capacity of $30,000,000 for a term not to exceed five (5) years. The Government reserves the right to not award any contract from this solicitation. Work under this contract will be subject to satisfactory negotiation of individual firm fixed price task orders. Rates will be negotiated for each 12-month period of the contract. All interested AE firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest), and all large AE firms are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts with small and disadvantaged businesses to the maximum extent practicable consistent with the efficient performance of the contract. A large business awardee must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan for that part of the work to be subcontracted and will be required to submit a detailed subcontracting plan during contract negotiations. Awardees must also comply with FAR Clause 52.204-25 (Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment) and FAR Provision 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment). PROJECT INFORMATION: �AE services will be for projects located at the James A. Haley Veterans� Hospital in Tampa, Florida in support of the VA as assigned to Mobile District�s Interagency & International Services (IIS) CONUS Program. AE Services are as defined in 40 U.S.C. 1101 and FAR 2.101. The selected firms must have the capability thru in-house staff or consultants to perform the required services. The main design project to be executed for the medical campus requires design for the expansion and renovation of the Spinal Cord Injury and Polytrauma Transitional Rehabilitation Center, approximately 100 patient beds, 85,000 square-feet in new construction, and 55,000 square-feet in renovation. The project also includes design for a new 600-space parking garage. The Spinal Cord Injury and Polytrauma Transitional Rehabilitation Center and parking garage has an estimated construction cost of magnitude ranging from $100-250 Million. The SATOC be primarily in support of the main design project but may also be used to provide design and construction project support for a variety of projects for the VA at James A. Haley Veterans� Hospital medical campus in Tampa, Florida. AE firms will provide a full range of comprehensive technical and engineering support, both timely and cost effective, to support the James A. Haley Veterans� Hospital in Tampa, Florida. Firms will be required to provide project problem, definition, and solutions services that include but are not limited to the following: full design documents, preparation of technical design-build solicitations, drawings, specifications, engineering studies, investigations, tests, evaluations, consultations, comprehensive planning, design documents for new construction and renovation/repair projects, building additions, master and sub-area development planning, preparation of project definition and programming documents, charrettes, transition and initial outfitting planning support, commissioning efforts, onsite inspections, cost estimates, value engineering, permit applications, facility condition assessments, code and joint commission deficiency tabulations, construction schedules, topographical and geotechnical surveys to include subsurface utility investigations, LEED and Energy studies and applications, application of VA Physical Security Design Manual (ATFP) requirements, medical equipment planning, hazardous materials testing and abatement/remediation planning, integration of low voltage systems, and other general AE services for multi-disciplined construction projects in support of the James A. Haley Veterans� Hospital medical campus. The firm may be required to provide construction phase services, preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. The AE firm will be required to have experience with producing design drawings utilizing District standards for CADD, BIM and other supporting modeling software and formatting standards, producing technical specifications utilizing SPECSINTACT software using Unified Facilities Guide Specifications, United Facilities Criteria, VA TIL interpretation, clarification, and/or translation, being an extension of the project development team and be involved in all major technical discussions, being responsible for accuracy and completeness of quantity calculations and analyses to support and develop cost estimates for all stages of the project including planning, programming, design, and construction, being a member of the project team and attend appropriate project internal quality control/assurance and review meetings, receiving, interpreting, disseminating, and implementing engineering guidance, direction, and correspondence from higher authority in a timely manner, conducting field reviews of district commands� execution of quality management and recommend necessary corrective actions when warranted, performing Quality Control, Quality Assurance, Technical Assistance and Technical Review of engineering products.� SELECTION CRITERIA:� The source selection factors for this procurement are listed below in descending order of importance. Factors 1 through 6 are primary. Factor 7 is secondary and will only be used as a tie-breaker among technically equal firms. Primary factors will be assigned a rating from �outstanding� to �unsatisfactory�, based on the risk to the Government that the Offeror will successfully perform that evaluated factor. An overall rating will also be applied to the proposal submission using the same rating scale. Proposals failing to respond or provide complete information for each factor, as required by this solicitation, will be determined non-compliant and will be removed from further consideration. After all ratings have been assigned, Offerors will be ranked as �Most Highly Qualified,� �Highly Qualified,� and �Not Qualified� in accordance with EP 715-1-7 Architect-Engineer Contracting In USACE. For purposes of this solicitation, a stand-alone contract (such as a �C� or �P�-type contract) or single task order under an Indefinite Delivery Contract is considered one project. Separating activities performed under a contract or task order will not be considered multiple projects; conversely, combining activities performed under separate contracts or task orders to produce a single project will not be considered. Projects in which the AE Service is not 100% complete will not be evaluated. Factor 1.� Professional Qualifications (SF330, Part I, Section E) Part A � Resumes of Key Personnel (Section E, Blocks 12 � 18):� Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E.� Each resume shall not exceed one page in length. All Professional Registrations, Licensures and/or Certifications must state certification numbers and expiration dates (as applicable). Specialist disciplines shall have a degree/certification as indicated/required below and training in the area of specialization. In Block 13, the role listed must use the exact same discipline nomenclature as listed below.� If an individual will serve in more than one role, then all disciplines shall be clearly indicated in Block 13. The SF330 may be modified in order to meet the Submission Requirements (font size); however, the content of Section E is not to be altered (removal or deletion of required Blocks) and all items within Section E shall be answered completely. Additionally, all Key Personnel must be shown on the organizational chart in Section D. The following disciplines are required: Project / Task Order Manager Architect � Registered Architect, provide licensure number and date Civil Engineer - Professional Engineer, provide licensure number and date Mechanical Engineer - Professional Engineer, provide licensure number and date Electrical Engineer - Professional Engineer, provide licensure number and date Structural Engineer - Professional Engineer, provide licensure number and date Fire Protection Engineer - Professional Fire Protection Engineer, provide licensure/certification number and date; demonstrate two years design experience with sprinkler fire protection systems; demonstrate four years of design experience with current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety Interior Designer � Registered Architect or Interior Designer with NCIDQ certification, provide licensure/certification number and date; demonstrate design experience with comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the VA activation/acquisition process including applicable FAR and funding limitations Communications Specialist - Registered Communications Distribution Design (RCDD), provide licensure/certification number and date Geotechnical Engineer - Professional Engineer, provide licensure number and date Environmental Engineer/Certified Industrial Hygienist - Demonstrate specialized experience with Lead Based Paint (LBP) and Asbestos Containing Material (ACM) Survey and Remediation; provide Professional Engineer or CIH licensure/certification number and date Surveyor - Professional Engineer or Land Surveyor, provide licensure/certification number and date Landscape Architect - Registered Landscape Architect, provide licensure/certification number and date Medical Campus Master Planner - Certified AICP, ACHA or equivalent; provide licensure/certification number and date; demonstrate experience with area development plans, campus development plans, and overall master plans Medical Planner � Certified AICP, ACHA or equivalent; provide licensure/certification number and date; demonstrate experience with facility floor plans, medical equipment layout and configurations Cost Estimator(s) - Certified CCP or CEP or equivalent through organizations such as AACE, ICEC, PCEA; provide licensure/certification number and date. Demonstrate experience with architectural, structural, civil, mechanical, and electrical cost disciplines Part B � Relevant Projects (Section E, Block 19):� All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with a scope, magnitude, and complexity comparable to this solicitation. The definition of a project is as noted in �Project Information� and �Selection Criteria� above. Relevant projects are those that reflect experience performing the respective discipline. Relevant Project information should be brief and highlight the following: specific roles and tasks performed by the Key Personnel, the Project Type, the Scope, and the Costs. No more than five projects should be listed for each resume, and each project listed must have been completed within five (5) years of publication of this solicitation announcement. (Note:� The projects provided for this factor may also be used to address Factor 2.) The evaluation of Factor 1 will take into consideration the education and current registration, licensure or certification(s), as applicable, of each person named for each discipline and that person�s longevity with the firm named in Block 15.� It will also take into consideration the person�s relevant project experience provided in Block 19. More weight will be given to experience with full design deliverables for expansion and renovations of multiple buildings in a medical campus setting, projects designed using VA design criteria, projects that incorporate swing/transition space for active medical buildings, projects that are of scope, magnitude, and complexity similar to the Spinal Cord Injury and Polytrauma Transitional Rehabilitation Center and parking garage as described above in the paragraph titled Project Information. This factor may be assessed Strengths or Weaknesses, as appropriate. Only the Key Personnel disciplines requested in this solicitation will be evaluated. The basis of evaluation for Factor 1 will be information submitted in Part I, Sections E and G. Factor 2.� Specialized Experience and Technical Competence (SF330, Part I, Section F) For Factor 2, Offerors are to demonstrate specialized experience and technical competence for all planning, design and construction which meets the definition of AE Services as defined in 40 U.S.C. 1101 and FAR 2.101. This factor considers specialized experience and technical competence to support Mobile District�s IIS CONUS Program supporting the VA, specific to performing services similar to those described above in the paragraph titled Project Information. In Section F Offerors are to submit up to ten (10) projects that best illustrate the proposed team�s qualifications for award of a contract.� (Note: The projects provided for Factor 1 may also be used to address this factor, however not by reference only.) The definition of a project is as noted in �Project Information� and �Selection Criteria� above. For each project use only one page and note the contract or task order number, as applicable. The SF330 may be modified in order to meet the Submission Requirements (font size); however, the content of Section F is not to be altered (removal or deletion of required Blocks) and all items within Section F shall be answered completely. All projects must have been completed within ten (10) years of publication of this solicitation announcement (see Block 22). At least six (6) of the projects presented must show that the Offeror (the firm submitting the SF330 as the prime contractor), whether as a prime contractor or subcontractor, performed the majority (>50%) of the work on the project. To demonstrate such performance, Offerors are to state the percentage of work they performed. If a proposed subcontractor also worked on the project, state the percentage of work it performed.� If an Offeror submits more than six (6) projects, those projects must reflect performance of work by the Offeror, or one or more of its proposed subcontractors.� For each such project state the percentage of work performed by the Offeror, and/or the percentage of work performed by each proposed subcontractor. Clearly identify the Project Number (as indicated above), Type and the Offeror�s role on the project. In Block 24, �cost� is the total value of the project, not simply the value of the work performed by the Offeror and/or any proposed subcontractor. Offerors are required to demonstrate quality of past performance for each project submitted in Factor 2. Offerors must provide a Contractor Performance Assessment Report (CPAR). If a CPAR is not available, the Offeror must provide a Past Performance Questionnaire (PPQ)(attached). If a PPQ is provided and there is a CPAR, the CPAR rating will govern. Quality of past performance information for Factor 2 projects shall be placed in Part II. The Government reserves the right to review any official performance evaluation system of records to inform its source selection decision. When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person is or was associated at the time the project was performed.� Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception. If the JV Lead Design Firm does not have six (6) projects performed as a JV, the JV may supplement those projects with projects performed by either member of the JV in their individual capacity. JV Offerors are not required to submit projects of both partners but Offerors who fail to submit experience for each JV partner may be rated lower. Additionally, more consideration may be given for projects that were performed as the JV. Of the projects submitted as prescribed above, relevant projects are those that reflect the specialized experience and technical competence of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described above in the paragraph titled Project Information. More weight will be given to experience with full design deliverables for expansion and renovations of multiple buildings in a medical campus setting, projects designed using VA design criteria, projects that incorporate swing/transition space for active medical buildings, projects with favorable quality of past performance, projects that are of scope, magnitude, and complexity similar to the Spinal Cord Injury and Polytrauma Transitional Rehabilitation Center and parking garage as described above in the paragraph titled Project Information. This factor may be assessed Strengths or Weaknesses, as appropriate. The basis of evaluation for Factor 2 will be information submitted in Part I, Sections F and G. Factor 3.� Work Management (SF330, Part I, Section H) In Part I, Section H, the Offeror must provide a proposed work management plan demonstrating its team�s breadth of knowledge and experience with complex projects supporting the Mobile District�s IIS CONUS Program support for the VA. The narrative should describe the corporate approach, driving criteria or potential constraints, and examples of successful performance. The narrative should specifically discuss knowledge of, and experience with, work management planning to include quality management, subcontractor management, prior experience of the prime firm and any significant consultant, version control management, proactive internal and external communication protocols, and independent submittal review processes in the context of providing services under multiple task orders. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 4.� Past Performance (SF330, Part I, Section H) Offerors shall demonstrate in narrative (or other format) a history of customer satisfaction with the Offeror's quality of work, cost control and scheduling. Past Performance history is not to be limited to information presented in Factor 2. Past performance shall be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offeror's quality of work, cost control and scheduling. This factor may be assessed Strengths or Weaknesses, as appropriate, with more weight given to successful performance ratings in these three areas on Department of Defense contracts. � Factor 5.� Capacity to Accomplish the Work (SF330, Part I, Section H) Offerors are to clearly demonstrate the capacity to accomplish at least three (3) $5,000,000 task orders simultaneously. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 6.� Knowledge of Locality (SF330, Part I, Section H) Offerors are to clearly demonstrate their knowledge of the locality of the Mobile District�s IIS CONUS Program support for the VA. The narrative should describe the any known features that are unusual of unique to the program. More consideration will be given to a knowledge of unique challenges as listed in the Project Information paragraph, specifically, knowledge of at the James A. Haley Veterans� Hospital in Tampa, Florida or similar VA medical campuses. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 7.� SB and SDB Participation (SF330, Part I, Section H) Offerors shall provide the extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions. The participation is to be measures as a percentage of the total anticipated contract effort, regardless of whether the small businesses, small disadvantaged businesses, historically black colleges and universities, or minority institutions are the prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. This factor is not to be confused with a formal subcontracting plan. This factor is a secondary criterion and will only be evaluated as a tie-breaker among technically equal firms.� Interviews. �As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications will be conducted by the AE Evaluation Board (Selection Board). Interviews will be held with those offerors deemed by the Board to be qualified for award.� Interviews will be conducted by telephone. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed.� SUBMISSION REQUIREMENTS:� Interested AE firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete PDF of their SF330 (Architect-Engineer Qualifications) proposal. Offerors must submit the electronic proposal package to the USACE via DoD SAFE (https://safe.apps.mil/). Emailed submissions of proposals are not permitted and will not be accepted under any circumstances. DoD SAFE provides a time stamped notification to the Government when a file is uploaded. The Government must receive your proposal no later than the time and date as specified in this solicitation. The DoD SAFE system notification must show the proposal �Drop-Off� or submission was prior to the specified time. DoD SAFE requires a unique �Request for Drop-Off� code in order to upload proposal files. Offerors must submit their requests for a �Request for Drop-Off� code no later than midnight CST the day prior to the proposal submission date. Requests received the day proposals are due will not be honored or fulfilled. The Government will begin to issue the �Request for Drop-Off� codes the day before submittals are due in order for Offerors to upload proposal files. All DoD SAFE requests and submission exchanges shall be sent to each of the following recipients: �Ms. Cheryl Ayler at Cheryl.L.Ayler@usace.army.mil and Ms. Courtney Perry at Courtney.L.Perry@usace.army.mil. The current edition of the SF330 must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486.� PDFs shall be compatible with Adobe Acrobat XI or an earlier version.� Proposals submitted in a format other than as described above will not be accepted.� All Offerors responding to this solicitation MUST identify on the front cover of the SF330 their company name and solicitation number. Firms submitting proposal responses must upload all files at one time to DoD SAFE as the �Request for Drop-Off� grants only a single use for upload(s). All Offerors, to include JVs, submitting proposals shall obtain a DUNS number.� Include the DUNS number in Part I, Section B, Block 5 next to the name of the firm.� Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM).� For instructions on registering with the SAM, go to https://www.sam.gov/SAM.� JVs are to include a fully executed JV Agreement with their proposal at Part II.� JVs submitting as 8(a) are to include a JV Agreement that has been reviewed by their respective SBA District. All fonts shall be at least 12 or larger in Arial (not Arial Narrow) to include text, tables, and figures.� Pages shall be 8-1/2 inches by 11 inches.� The Organizational Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches, each counting as one page respectively. Do not use multi-column formatting.� The SF330 is to be organized as indicated below. Part I of the SF330 shall not exceed 50 pages and shall be organized as follows: SF330, Part I, Sections A, B, C and D. SF330, Part I, Section E. SF330, Part I, Section F. SF330, Part I, Section G. SF330, Part I, Sections H and I. Part II of the SF330 shall not exceed 30 pages. A Part II is required for each branch office of the Offeror and any subcontractor that will perform a key role under the contract. Part II shall be organized as follows: SF330, Part II, Offeror and Subcontractor Information and Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II). SF330, Part II, Quality of Past Performance, label each CPARs or PPQ in the top right corner with the appropriate project number and organized sequentially as comparable with Factor 2 (This document does not count against the page limitation for Part II). OFFERS MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN NOON CENTRAL TIME ON 22 APRIL 2021.� The Agency will not accept any offers received after this time and date. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted.� Questions should be submitted no later than NOON Central Time on 08 April 2021, to allow time for a response. On this date and time the portal will be closed.� To submit and review inquiries, firms will need to be current registered users of the ProjNet system.� To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login.� Complete all required information and then click CREATE USER.� Verify that information on the next screen is correct and click CONTINUE.� From this page you can view all bidder inquiries for this solicitation or add an inquiry.� Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team.� The Solicitation Number is:� W9127821R0019.� The Bidder Inquiry Key is: ID8EVC-5H2G2B. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal.� CAUTION:� Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fadfcc42b0bb40dc98083e9ac4b1b087/view)
 
Place of Performance
Address: Mobile, AL 36602, USA
Zip Code: 36602
Country: USA
 
Record
SN05950436-F 20210325/210323230115 (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.