Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

C -- 646A4-22-700 EHRM Infrastructure Upgrades Design Pittsburgh-Heinz, PA VAMC

Notice Date
3/4/2022 8:41:44 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77622R0035
 
Response Due
4/4/2022 11:00:00 AM
 
Archive Date
07/12/2022
 
Point of Contact
Susie Sisson, Contract Specialist, Phone: 216-447-8300 x3828
 
E-Mail Address
mary.sisson@va.gov
(mary.sisson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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. 1. GENERAL INFORMATION: Veteran s Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineering (A-E) services for Electronic Health Record Modernization Infrastructure Upgrades design project located at the VA Pittsburgh Healthcare System (VAPHS) H. J. Heinz Campus in Pittsburgh, Pennsylvania. The A-E shall include site visits, field investigation, studies and user interviews to prepare drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facility infrastructure to support the new Electronic Health Record Modernization (EHRM) system in accordance with VA OEHRM Site Infrastructure Requirements (provided by VHA). The A-E Services contract anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. This project requires a full design team to complete this project. The projected award for the anticipated A-E contract is July 30, 2022. The anticipated period of performance for completion of design is 144 calendar days after Notice of Award (NOA). The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is $18,904,000 in accordance with the VAAR Magnitude of Construction. 3. SCOPE OF DESIGN The scope of work for this contract shall include but not limited to the design services for Project 646A-22-700, EHRM Infrastructure Upgrades at the VAPHS H. J. Heinz Campus in Pittsburgh, Pennsylvania. The contract will be separated into two parts (1) A/E Part One Services (also known as Design Phase), and (2) A/E Part Two Services (also known as Construction Period Services) to include site visits, field investigation, studies and user interviews to prepare drawings, specifications and cost estimates, and commissioning services for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facility infrastructure to support the new Electronic Health Record Modernization (EHRM) system in accordance with VA OEHRM Site Infrastructure Requirements (provided by VHA). The scope of this project includes but not limited to the following infrastructure improvements: Electrical (electrical panel upgrade, power (normal, emergency)), Bonding, UPS, Building Management System interfaces, assess for new and upgrades to existing HVAC, reconfiguration, expansion and renovation of existing space (demo, new construction, finishes), communication infrastructure (new Data outlets, patch panels, upgrade to Cat 6A cable) in buildings as necessary, physical security upgrades, assess and upgrade fiber infrastructure backbone campus wide within buildings and between buildings, hazardous material abatement. The lead designer or A-E on staff representing the project in each discipline must be licensed or registered to practice in any one of the United States of America. The A-E is responsible for all services to complete the deliverables listed in the Statement of Work (SOW) (See SOW EHRM Infrastructure Upgrades Pittsburgh Heinz, PA). The deliverables outlined in the SOW are inclusive of the following: Quality Assurance/Quality Control (QA/QC) Plan, Basis of Design (BD) (10%), Schematic Design (SD) (35%), Design Development (DD) (65%), Construction Documents (95%), Final Bid Documents (100%). The deliverables schedule can be found in the SOW. Please note that the 144 calendar-day period of performance for the design completion begins with the issuance of the Notice of Award and that a Notice to Proceed will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project. 4. A-E SELECTION PROCESS: Responsive firms submitting SF-330 s in response to this announcement not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. A minimum of three (3) of the highest rated firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Written Responses for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Written Responses will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Written Responses are received, the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Written Responses and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Please note that during the evaluation of the written responses, the prior evaluation of the SF 330s will not be taken into consideration as they are separate evaluations. 5. PHASE I SF330 SELECTION CRITERIA: The A-E TEB will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The factors are listed in descending order of importance. Primary Selection Criteria: Professional Qualifications: Professional qualifications necessary for satisfactory performance of required service. The lead designer or A-E on staff representing the project in each discipline must be licensed or registered to practice in any one of the United States of America. Provide Professional License or Registration numbers and/or proof of Licensure or Registration. The evaluation shall consider the specific experience and professional qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project. Provide a resume in section E for each of the team members proposed for the key positions and disciplines listed below. Resumes are limited to one page each and should cite project-specific experience. Proposed roles of key personnel must be clearly identified in block 13 of resumes and in the organizational chart in section D. Key positions and disciplines required for this project include, but are not limited to: Project Manager, Registered Communications Distribution Designer (RCDD), Electrical Engineer, Architect, Cost Estimator, Civil Engineer, Fire Protection Engineer, Industrial Hygienist, Mechanical Engineer, Quality Assurance Specialist, Structural Engineer, Commissioning Agent (if required in the SOW), and Physical Security Specialist. Offeror must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority] ___________________, [company] __________________, certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance with 48 CFR 852.219-10. The information provided in sections C through E of the SF 330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Capacity: Capacity to accomplish work in the required time. The evaluation will consider the team s overall ability to meet the schedule of the project, as well as the available capacity of key disciplines to perform the work in the required time. Please provide a table to demonstrate the available capacity of each of the key personnel identified in sections D and E for the prime firm and all subcontractors. At a minimum, include the following for each key team member: name, firm, proposed role in this project, and percentage of available capacity to take on new work. Also provide all projects awarded by the VA to the prime firm and all subcontractors during the previous 12 months from the date of the SF 330 submission. At a minimum, include the following for each project: project name, location, award date, completion percentage, and expected completion date. Provide the full potential value of any current indefinite delivery contracts for the prime firm and all subcontractors. The number of active EHRM projects and their completion percentages will be taken into consideration for the prime firm and all subcontractors. The information for this factor shall be provided in section H of the SF 330. Please ensure the capacity applies toward the proposed team/personnel provided in the SF 330. Specialized Experience: Specialized experience and technical competence of the prime firm and all subcontractors in the design and construction period services provided for projects similar in size, scope, and complexity. The projects provided in section F should include EHRM projects or projects involving the following relevant elements: fiber optics; data cable; structured cabling; electrical distribution design; electrical upgrades; uninterruptable power systems (UPS); electrical bonding; building management systems/building automation systems (BMS/BAS); IT room renovations, expansions, or relocations; reconfiguration of data centers or server rooms; or physical security upgrades. At a minimum, include the following for each submitted project: design start and end dates, construction start and end dates (if applicable), design amount, estimated or final construction amount, and specialized scope items that may include critical path scheduling, fire protection, construction infection control protocols, energy conservation, sustainable design practices, and specialized building types requiring physical security measures. Also identify if any of the projects include Infrastructure upgrades, work in active hospitals, and/or phasing. Include no more than five Government and/or private experience projects that best illustrate specialized experience as listed above, with at least 95% of the design completed. Applicable projects must have been awarded within the past eight years from the date of the SF 330 submission. Any projects submitted that exceed the limit will not be considered during the evaluation. The evaluation of the submitted projects will consider the relevant work performed; coordination of disciplines and subcontractors; prior experience of the prime firm and any key subcontractors working together on relevant projects; and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract. The information provided in sections F and G of the SF 330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Past Performance: Past performance on contracts with Government agencies and/or private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F, to include a review of Contractor Performance Assessment Reporting System (CPARS) ratings. Provide performance reports for all projects submitted in section F and include the following information for each project: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related information from the firm, customer inquiries, Government databases, publicly available sources, additional projects in CPARS, and other information available to the Government, including communications with points of contact in other criteria. Evaluations will consider superior performance ratings on recently completed VA projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. As appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services will be considered. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract. The information for this factor shall be provided in section H of the SF 330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *PPQs should not be submitted by the evaluator to VHA PCAC directly. Completed PPQs must be incorporated into the SF 330 submission. PPQs will be counted towards the page limitation for this submission. A Neutral rating will be selected if the past performance information (CPAR, PPQ, letter of recommendation, or any similar performance review) for the projects submitted in section F is missing or insufficient for a determination on past performance to be made. Locality: Knowledge of the locality. Demonstrate and describe experience in the local area and the specific knowledge of certain local conditions or project site features the experience provided. This description may include: Any prime firm or subcontractor experience within the VISN or at any of the VAMCs included in this Request for SF 330s Soil conditions and any effects they could have on required trenching or digging (if applicable) Approach to addressing any unique climate conditions (if applicable) Geological conditions, such as seismic (if applicable) State or local construction codes, laws, or regulations If prior experience in or specific knowledge of the local area is minimal, describe how the team plans to obtain any specific knowledge of certain local conditions or project site features required for these projects. The information for this factor shall be provided in section H of the SF 330. Note that the intent of this factor is to showcase a firm s understanding of the sites and locality, and not where the firm is located and how they would travel to the sites. Information related to the firm s location shall be provided in section H, under Secondary Selection Criteria - Geographic Location. Construction Period Services: Describe your team s approach to providing construction period services that may include: professional field inspections during the construction period; review of construction submittals; support in answering requests for information (RFIs) during the construction period; support of construction contract changes, including drafting statements of work and cost estimates; attendance at weekly conference calls; providing minutes of meetings between the A-E, VA, and contractors; commissioning; pre-final inspection site visits; generation of punch-list reports; and production of as-built documentation. List project examples to demonstrate the prime firm s experience with construction period services. The information for this factor shall be provided in section H of the SF 330. Secondary Selection Criteria: Geographic Location: Location of the firm, as measured by the driving distance (miles) between the offeror s principal business location and the project site. Determination of the mileage will be based on Google Maps (www.google.com/maps/dir/). *The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of the SF 330 evaluations. The secondary selection criterion will not be applied when determining a firm s SF 330 submission Excellent, Acceptable, Good, Marginal, or Unacceptable. The information for this factor shall be provided in section H of the SF 330. 6. PHASE II WRITTEN RESPONSES SELECTION CRITERIA: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The selected firms will be invited to provide their written responses to predetermined questions via email to the A-E Evaluation Board. The instructions for the written responses will be provided to the selected firms only. Each selected firm will be evaluated based on their written responses. The top-rated firm will be selected based on their rating from the written responses. The previous ratings from the SF330 evaluations are not applicable during Phase II. Below are the evaluation factors for the written responses. The factors are listed in equal order of importance. Proposed Management Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase, prior to each submission, and during construction. Provide a detailed explanation of how comments from design review meetings will be incorporated into the next submission. Describe strategy for control of estimated cost and solutions for anticipated cost-related problems. Discuss proposed design team and their specific strengths and experience that make them the best fit for this project. Proposed Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the number of design phase and CPS site visits needed for this specific project. Identify elements in the SOW and supporting attachments that you see as challenges and provide recommendations for addressing each of these challenges. Simply restating the requirements (i.e., copying and pasting from the SOW) is not a sufficient response for this factor. Information about this project s challenges should provide specific examples and a plan on how each challenge will be managed. Proposed approach to Design Development: Discuss how the team will coordinate specifications and drawings to ensure the design is thorough, accurate, and complete. Describe approach to evaluate existing site conditions and ensure new work will not conflict with existing work. Discuss familiarization or experience with VA design guides and directives and their application to this design. Describe plans to ensure this design complies with all current VA requirements and any future updates, and specified equipment will be TRM (Technical Reference Model) approved. Expectation for VA AE collaboration: Discuss what expectations the A-E firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product. 7. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF-330 Statement of Qualifications: Submit ONE (1) SF-330 Statement of Qualifications via email to the Contract Specialist Susie Sisson at Mary.Sisson@va.gov. This shall include Parts I and II and any applicable attachments. The SF-330 submission is due by 2:00 PM ET ON MONDAY, APRIL 4, 2022. The SF-330 shall be submitted in one email and have a file size that shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF-330 Submission; 36C77622R0035 EHRM Infrastructure Upgrades Pittsburgh Heinz . The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF-330 shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents and Part II of the SF-330 Form will NOT count as part of the page limitations. A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. *Important Note: For this procurement, all PPQs should be completed and returned to the submitting firm. The completed PPQs should be incorporated into the SF330 document. PPQs should not be submitted directly to VHA PCAC. In addition to the SF-330 submissions, firms must provide a second accompanying document that includes the following information (The accompanying document will not count towards the page limitation of the SF330): Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry. All questions shall be submitted to Mary.Sisson@va.gov. The cutoff date for question submission is 2:00 PM ET ON FRIDAY, MARCH 18, 2022. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities. NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at time of SF330 Submission, Written Responses, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award. All Joint Ventures must be CVE verified at time of SF330 and Written Responses submissions and award and submit agreements that comply with 13CFR 125.15 prior to contract award. SF-330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF-330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s. SOW attachments will be provided to the top-ranked firm selected to receive the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e87a7149dd64469ea99c3b3cc0fce200/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System H. John Heinz III Campus 1010 Delafield Road, Pittsburgh 15240-1005, USA
Zip Code: 15240-1005
Country: USA
 
Record
SN06257484-F 20220306/220304230059 (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.