Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2023 SAM #7856
SOLICITATION NOTICE

C -- Calls For SF-330 | Project 570-23-223 | Design to Renovate Building 1, 1st Floor for Acute Respiratory Clinic (ARC)

Notice Date
5/30/2023 12:18:24 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26123R0080
 
Response Due
6/29/2023 2:00:00 PM
 
Archive Date
08/28/2023
 
Point of Contact
Christopher Whipple, Contract Specialist, Phone: 702-791-9000 X13957
 
E-Mail Address
christopher.whipple@va.gov
(christopher.whipple@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Call for SF 330s. Please read the entire document. The Department of Veterans Affairs VA Central California Healthcare System is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project 570-23-223, Design Renovate Building 1, 1st Floor Acute Respiratory Clinic. The project will be located at VA Central California Health Care System, Fresno, California 93721. DESCRIPTION OF REQUIREMENT This project will be the design for construction of an acute respiratory clinic at the front of building 1, main hospital to include a secondary front entrance into a separate clinic suite where seasonal flu and pandemic triage procedures may be followed. Intent of the clinic is to serve a dual function. During normal operating conditions it shall be an expansion of Primacy Care (PC) space or procedure space. When activated in response to seasonal influenza or future pandemic measures the suite will be isolated with controlled access, a designated entrance for patients presenting for care, and negative pressure HVAC system. The AE shall provide all the necessary professional architectural and engineering services required to include the following: Investigative and feasibility evaluation services. Total of 3 preliminary schematic options that include a minimum: All exam spaces, exam and procedure spaces, procedure spaces only with support spaces. Brief narrative explaining cost impacts of each option. Schematics Design Development, Construction Documents, Specifications, Calculations, Cost Estimates and Narratives Tools, equipment, materials, labor, travel, per diem, and incidentals Expertise, supervision, testing, analyses, and specialty services to accomplish all items and requirements outlined in this SOW. Minimal construction period services for RFI s and RFD s As-built drawing set The selected Architect/Engineer firm (A/E) will be responsible for the Design to Renovate Building 1, 1st Floor Acute Respiratory Clinic Project 570-23-223. The A/E shall provide investigative and professional services as required by this Statement of Work (SOW) to produce contract documents for schematic design, design development, construction documents, specifications, and cost estimates. A/E shall also provide construction period services during installation of the new fall protection system. The A/E s design shall meet applicable VA Design and Construction criteria in the Technical Information Library (TIL), state, local, and federal regulations, and other standards as defined in this SOW. The final output of this design project shall be a Construction Document package that will be used as contract documents to procure Construction Services for construction and Renovation of Building 1, 1st Floor Acute Respiratory Clinic. The A/E is also required to plan for all equipment relocation and new equipment to be installed at the temporary space and within the newly renovated space. The design manual can be found on the VA Office of Construction & Facilities Management Technical Information Library (TIL) at Technical Information Library (TIL) - Office of Construction & Facilities Management (va.gov) The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm and the lead designer in each discipline must be registered but neither need to be registered in California. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Protection, Construction Cost Estimating, Signage/Wayfinding, Landscaping and Geotechnical. Include any additional disciplines that may be necessary on the SF 330. SF 330 Part 1F Example Projects; present all relevant VA projects first. Include in block 21 the contract number for all federal projects. Do not include the CPARS reports for federal projects. The magnitude of construction for this project is between $1,000,000 and $5,000,000. Estimated Date of Award of the Design Contract: By September 30, 2023. Estimated design period of performance: Four Hundred Thirty-Seven (437) calendar days. SET-ASIDE This procurement is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-Disabled Veteran-Owned Small Business (SDVOSB) under the Veterans First Contracting program has the same meaning as Service-Disabled Veteran-Owned Small Business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov/ in addition to meeting the small business size standard for NAICS 541310 ($11M) to be eligible for award under the Veterans First Contracting Program. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in the Veteran Small Business Certification (VetCert) as a verified to be considered for this procurement. Offers from non-verified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VIP at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. In part 1C of SF 330, indicate in block 11 the socio-economic status of that firm (SDVOSB/VOSB/WOSB, etc) SELECTION CRITERIA Selection of firms for interviews and negotiations shall be based on an evaluation of the submitted SF 330s on the basis of the selection criteria listed below in a descending order of precedence. SF-330 s, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. Selection Criteria descriptions are provided below. Professional Qualifications Necessary for Satisfactory Performance of Required Services: Professional qualifications of the Project Manager(s), Designers of Record, and the proposed team. This will include the record of the proposed team have working together. Specialized Experience and Technical Competence: Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The effectiveness of the proposed project team, including management structure, and coordination of disciplines. Capacity: This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. In section H of the SF 330, list the current projects with a design fee of greater than $50,000 being designed in the prime firm s office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the estimated contract performance period. Past Performance: Past performance on recent (within 5 years of the due date of SF 330s) contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and record of significant claims against the firm. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. See I.C. above do not include CPARS reports. Geographical location and knowledge of the locality of the project: The physical location of the prime firm s office as well as their familiarity of the building codes, environmental regulations, soil conditions, local construction methods/environment, and seismic requirements within the Sacramento California area. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. 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 SUBMISSION REQUIREMENTS: No more than forty (40) pages Font size no smaller than 10 Size of emails not to exceed 10 MB. If more than one email is sent, number emails in subject line as 1 of 2, 2 of 2. Completed and return VAAR 852.219-77 VA Notice of limitation on Subcontracting Certificate of Compliance for Services and Construction (attached) Subject line of the email shall state Company Name | Response to 36C26123R0080 | email 1 of 2 (if necessary) In the body of the email include Prime Company Name; UEI Number, email address and phone number of primary point of contact DUE DATE FOR SF 330 Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF 330 by 2 P.M. PST June 29, 2023 via email to Christopher Whipple, christopher.whipple@va.gov, and Contracting Officer Daniel Jhun, at daniel.jhun@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c337ba4ce0d48cc8d3210c036979ec0/view)
 
Place of Performance
Address: Department of Veteran Affairs Network Contracting Office 21 VA Central California Health Care System 855 M Street, Suite 1020, Fresno 93721, USA
Zip Code: 93721
Country: USA
 
Record
SN06697363-F 20230601/230530230115 (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.