SOLICITATION NOTICE
C -- VISN 21 Master Planning/Study A/E IDIQ 2022-2027
- Notice Date
- 5/28/2021 3:38:52 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26121R0048
- Response Due
- 9/30/2021 11:00:00 AM
- Archive Date
- 01/07/2022
- Point of Contact
- Timothy M. Saffles, Contracting Officer, Phone: 650-849-0290
- E-Mail Address
-
timothy.saffles@va.gov
(timothy.saffles@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 5 of 5 PRE-SOLICITATION NOTICE AND SYNOPSIS PROJECT NAME: 2022-2027 VISN 21 Master Planning and Study AE IDIQ PURPOSE: This is a PRE-SOLICITATION NOTICE AND SYNOPSIS provided FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE/SYNOPSIS. NO SF-330 FORM (OR A RESPONSE) IS REQUESTED OR REQUIRED AT THIS TIME. PLEASE NOTE: IAW FAR 5.002 and 5.207(c)(13), this pre-solicitation notice and synopsis is intended to provide brief details in order to increase competition, broaden industry participation in meeting Government requirements; and assist small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns in obtaining contracts and subcontract. The information contained herein is considered accurate but is subject to change. Additional details will be forthcoming with the full solicitation. LOCATION(S): VISN 21, known as the VA Sierra Pacific Network, is one of 23 VISNs in the Veterans Health Administration (VHA). VISN 21 serves over 1.2 million veterans residing in northern and central California, northern Nevada, Hawaii, the Philippines, and the Pacific Islands including Guam and American Samoa. With a total of 67 sites of care, VISN 21 provides a continuum of comprehensive health care services through seven VA Medical Centers, nine co-located Community Living Centers and 41 Community Based Outpatient Clinics (CBOCs). VISN 21 facilities are summarized in the following list: VISN Headquarters VISN 21: Sierra Pacific Network (Mare Island, CA) VA Health Care System San Francisco VA Health Care System (San Francisco, CA) VA Medical Center Central California VA Health Care System (Fresno, CA) Livermore (Livermore, CA) Menlo Park (Menlo Park, CA) VA Northern California Health Care System (Mather, CA) VA Pacific Islands Health Care System (Honolulu, HI) VA Palo Alto Health Care System (Palo Alto, CA) VA Sierra Nevada Health Care System (Reno, NV) VA Southern Nevada Healthcare System (N. Las Vegas, NV) Outpatient Clinic Capitola Clinic (Capitola, CA) Chico Outpatient Clinic (Chico, CA) Fairfield Outpatient Clinic (Fairfield, CA) Fresno Satellite Clinic (Clovis, CA) Major General William H. Gourley VA-DoD Outpatient Clinic (Marina, CA) Manila Outpatient Clinic (Pasay City, PI) Mare Island Outpatient Clinic (Vallejo, CA) Martinez Outpatient Clinic and Community Living Center (Martinez, CA) McClellan Dental Clinic - Sacramento (McClellan, CA) McClellan Outpatient Clinic - Sacramento (McClellan, CA) Modesto Clinic (Modesto, CA) National Center for PTSD - Pacific Islands Division (Honolulu, HI) Northeast Primary Care Clinic (Las Vegas, NV) Northwest Primary Care Clinic (Las Vegas, NV) Oakland Behavioral Health Clinic (Oakland, CA) Oakland Outpatient Clinic (Oakland, CA) Redding Outpatient Clinic (Redding, CA) Sacramento Mental Health Clinic at Mather (Mather, CA) San Jose Clinic (San Jose, CA) Sierra Foothills Outpatient Clinic (Auburn, CA) Sonora Clinic (Sonora, CA) Southeast Primary Care Clinic (Henderson, NV) Southwest Primary Care Clinic (Las Vegas, NV) Stockton Clinic (French Camp, CA) VA Lanai Outreach Clinic (Lanai City, HI) VA Molokai Outreach Clinic (Kaunakakai, HI) Yreka (Yreka, CA) Community Based Outpatient Clinic Clearlake VA Outpatient Clinic (Clearlake, CA) Eureka VA Outpatient Clinic (Eureka, CA) Fremont Clinic (Fremont, CA) Lahontan Valley VA Clinic (Fallon, NV) Merced Community-Based Outpatient Clinic (Merced, CA) North Campus (Reno, NV) Oakhurst Community-Based Outpatient Clinic (Oakhurst, CA) Pahrump Community Based Outpatient Clinic (Pahrump, NV) San Bruno VA Outpatient Clinic (San Bruno, CA) Santa Rosa VA Outpatient Clinic (Santa Rosa, CA) SFVA Downtown Clinic (San Francisco, CA) Tulare Community-Based Outpatient Clinic (Tulare, CA) Ukiah VA Outpatient Clinic (Ukiah, CA) VA American Samoa CBOC (Pago Pago, AS) VA Carson Valley Outpatient Clinic (Gardnerville, NV) VA Diamond View Outpatient Clinic (Susanville, CA) VA Guam Community Based Outpatient Clinic (Agana Heights, GU) VA Hilo Community Based Outpatient Clinic (Hilo, HI) VA Kauai Community Based Outpatient Clinic (Lihue, HI) VA Kona Community Based Outpatient Clinic (Kailua-Kona, HI) VA Leeward Community Based Outpatient Clinic (Ewa Beach, HI) VA Maui Community Based Outpatient Clinic (Kahului, HI) VA Saipan Outreach Clinic (Saipan, MP) Yuba City Outpatient Clinic (Yuba City, CA) Vet Center American Samoa Vet Center (Pago Pago, AS) Chico Vet Center (Chico, CA) Citrus Heights Vet Center (Citrus Heights, CA) Concord Vet Center (Concord, CA) Delta Vet Center (Manteca, CA) Eureka Vet Center (Eureka, CA) Fresno Vet Center (Fresno, CA) Guam Vet Center (Maite, GU) Henderson Vet Center (Henderson, NV) Hilo Vet Center (Hilo, HI) Honolulu Vet Center (Honolulu, HI) Kailua-Kona Vet Center (Kailua-Kona, HI) Kauai Vet Center (Lihue, HI) Las Vegas Vet Center (Las Vegas, NV) Maui Vet Center (KAHULUI, HI) North Bay Vet Center (Rohnert Park, CA) Oakland Vet Center (Oakland, CA) Peninsula Vet Center (Menlo Park, CA) RCS Pacific District 5 District Office (Fairfield, CA) Reno Vet Center (Reno, NV) Sacramento Vet Center (Sacramento, CA) San Francisco Vet Center (San Francisco, CA) San Jose Vet Center (San Jose, CA) Santa Cruz County Vet Center (Capitola, CA) Western Oahu Vet Center (Kapolei, HI) Others Laughlin Rural Outreach Clinic (Laughlin, NV) SCOPE OF SERVICES REQUIRED: The purpose of the proposed contract action is to award multiple indefinite delivery, indefinite quantity (IDIQ) contracts to provide Architecture and Engineering (A/E) Services and expert consultant services related to: strategic capital planning, reviews, evaluations, analysis, certifications and documentation related to environmental and biological assessments, compliance with State Historic Preservation Requirements, compliance with life safety & seismic regulations, Hazardous Materials abatement (mold, lead paint, asbestos, etc.) and pre award services. The selected firms will provide services that include: development of medical facility/healthcare system strategic master and concept plans, life safety evaluation, review and consultation, environmental studies, seismic studies and certifications, Minor and NRM project consultation and assistance services to Medical Centers in preparation of pre-solicitation documents, to include, scope of work preparation (sow), cost estimates, concept drawings, and schedules. Strategic capital master facility and/or VISN wide plans will span a five-to-ten-year lifecycle to include planned or recommended functional changes resulting in Major and Minor construction proposals, significant Non-Recurring Maintenance projects that affect space utilization and any recommended functional relocations. In addition, all recommended significant technical (physical plant) projects or upgrades will be reflected in the Five-Year Plan. A/E will be expected to prepare site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services & reports, attend site visits, validation of clinical program workloads and related data (VA provided or other healthcare market analysis). COST RANGE AND LIMITATIONS: IAW FAR 36.204(a) and VAAR 836.204, the estimated price range for this project is: Between $50,000,000 and $100,000,000. The Government intends to award a minimum of five (5) IDIQ contracts to offerors that provide complete proposals pursuant to the preparation requirements set forth in the request for SF330s. Top-rated A/E firms will be selected to interview. Negotiations will take place with the top-rated A/E firms. The Government reserves the right to award more or fewer contracts if the Source Selection Authority (SSA) determines it is in the Government s best interest based on consideration of the need to sustain adequate competition throughout the contract lifecycle balanced against ease of administration requirements. The maximum contract value of each award will not exceed $10 million over the life of the contract for the base period and all option years. The minimum guaranteed order for each contract is one (1) task order valued at a minimum of $2,500. There will be no maximum task order limitation. As required per FAR 52.216-19, there will be a $1.5 million maximum order above which the contractors are not obligated to perform. Over $1.5 million, contractors may choose to accept or reject task orders. The period of performance for each award will consist of a one (1) year base period, and four (4) option periods to extend (1) year each. The cost estimate for each requirement will be established at the task order level. Single projects will not be divided into multiple task orders. All task orders will be priced and funded individually within the Fiscal Year ( FY ) in which the need arises. Additionally, each task order will have its own performance period. The task order performance period will be dependent on the complexity, size, and scope of each project. TYPE OF CONTRACT: The Government intends to award a minimum of five (5) firm-fixed price indefinite-delivery, indefinite-quantity ( IDIQ ) contracts. ESTIMATED STARTING AND COMPLETION DATES: The contract performance period for this acquisition will consist of a one (1) year base period, and four (4) option periods to extend one (1) year each. The planned Period of Performance ( POP ) dates are as follows: Base Year: 7/1/2022 6/30/2023 Option Year 1: 7/1/2023 6/30/2024 Option Year 2: 7/1/2024 6/30/2025 Option Year 3: 7/1/2025 6/30/2026 Option Year 4: 7/1/2026 6/30/2027 SIGNIFICANT EVALUATION FACTORS: In accordance with (IAW) Federal Acquisition Regulation (FAR) 36.601-3(b), selection of sources for contracts for Architect-Engineer (A-E) services will be conducted using procedures in FAR subpart 36.6 rather than source selection procedures prescribed in FAR Parts 13, 14 and/or 15. The primary factor in A-E selection is the determination of the most highly qualified firm. The most highly qualified firm determination is based on the potential contractor s demonstrated competence and qualifications to perform the services at fair and reasonable prices, as stated and implemented in FAR 36.6, VAAR 836.6, and VAAM M836.602, all of which implement 40 United States Code (USC) 1101 et seq. Selection Criteria All criteria listed below are expected to be used for this acquisition, though they may change. The evaluation factors below are listed in descending order of importance. All evaluation factors and criteria are significantly more important than price because price will not be requested to accompany the SF330 submission. The pre-Selection Board will rate each offer on an adjectival scale. IAW FAR 36.602-1 and VAAM M836.602-1, the Government will evaluate each potential contractor in terms of its: (1) Specialized Experience; (2) Professional Qualifications; (3) Past Performance; (4) Location; (5) Capacity; and (6) Small Business Commitment. Specialized Experience TEB members will evaluate potential contractor s specialized experience and technical competence by reviewing brief narratives, provided by the contractor, concerning the complexity of the project(s), challenges faced (including resolution and results), as well as any awards and ratings achieved. The contractor will be required to address cost control, quality of work, and compliance with performance schedules, identify any key personnel who worked on the project and their role, and provide demonstrated successes in specifying the use of recovered materials in construction and achieving pollution prevention, waste reduction, and energy conservation in facility design. Professional Qualifications TEB members will evaluate the potential contractor for demonstrated professional qualifications of prime and sub-consultant staff of each potential contractor team necessary to satisfactorily perform the required A-E services. The Government will evaluate the demonstrated ability of the potential contractor s staff on their effective and innovative contributions to the successful completion of projects. Evaluators will consider the education, training, project experience and professional registration of key personnel. Evaluations will also judge the demonstrated depth of experience of the prime and sub-consultants, considering the type and quality of projects each has accomplished in the past. Past Performance TEB members will evaluate potential contractor s past performance with respect to execution of Government and private contracts. A copy of a Past Performance Questionnaire Form will be attached. The TEB may contact the references provided for the projects submitted. The Evaluation Team may consider past performance data from a wide variety of sources both inside and outside the Federal Government. Location TEB members will evaluate potential contractor s knowledge of location-specific criteria. Potential contractors will be asked to submit a narrative describing: a) Knowledge of CA, NV, and HI seismic standards; b) Knowledge of CA, NV, and HI pollution control standards. Capacity TEB members will evaluate potential contractor s capacity to accomplish tasks in within an identified timeframe. Each potential contractor will be asked to provide a narrative plan to manage, coordinate, and administer work within the prime company and among any sub-consultants, including any project management tools that will be used. Small Business Commitment TEB members will evaluate the extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. OTHER PERTINENT INFORMATION: This project will be solicited as a total set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). IAW FAR 19.102(b), the North American Industry Classification Code (NAICS code) 541330 is to be the one NAICS code and corresponding size standard which will apply to all solicitations, contracts, and task and delivery orders under the 2022-2027 VISN 21 Master Planning and Study AE IDIQ. Small Business concerns for this NAICS code have a size standard of $16.5 million. The resulting contract, if any, will be a firm-fixed price contract. It is anticipated that a full solicitation will be issued on/around July 2021. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) databases. The Government will not pay any costs for responses submitted. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. **ALL FIRMS ARE INSTRUCTED: DO NOT CONTACT THE VA MEDICAL CENTERS REQUESTING INFORMATION. **
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fa26e70db86f40efb4b1d4966d91def5/view)
- Place of Performance
- Address: See attachment.
- Record
- SN06016271-F 20210530/210528230110 (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 |