Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2023 SAM #7866
SOLICITATION NOTICE

C -- 667-16-101 (AE) Renovate Morgue Shreveport (36C25623R0060)

Notice Date
6/9/2023 8:24:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623R0060
 
Response Due
6/30/2023 2:00:00 PM
 
Archive Date
10/07/2023
 
Point of Contact
Tammy Saxon, Contract Specialist, Phone: 228-523-5618 (office), Fax: 228-990-8911 (cell)
 
E-Mail Address
Tammy.Saxon@va.gov
(Tammy.Saxon@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C25623R0060 Page 2 of 2 1. Contract Information: Architects and Engineers (A/E) Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $22.5M. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the SBA.Gov https://veterans.certify.sba.gov/# search as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/vets/vets4212.htm. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VAAR 852.219-13 VA Notice of Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified A/E firm selected to complete the design. The magnitude of construction (not design) of this project is between $1,000,000 and $2,000,000. SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. Factors 1,2 and 3 are the most important and are equal to each other. Factors 4 & 5 are equal to each other and are less important than 1,2 & 3. Factors 6 & 7 are equal to each other and are the least important. Professional qualifications necessary for satisfactory performance of required services. (Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.) Specialized experience and technical competence in the type of work required. (Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications) (provide no more than five (5) recent projects) 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. Capacity to accomplish the work in the required time, maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project 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. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2022). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted to: VA Gulf Coast Veterans Health Care System Network Contracting Office (NCO) 16 Attn: Tammy Saxon Reference No.: 36C25623R0060 400 Veterans Ave, Bldg. 5 Room 1A102 Biloxi, MS 39531 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25623R0060 The SF 330 may be downloaded from www.gsa.gov/forms. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please. (b) Firms that meet the requirements listed in this announcement are invited to submit via email to Tammy.Saxon@va.gov ONLY. A copy of the completed SF 330 including Parts I and II as described herein, to the above email address no later than 4:00 P.M. (CST) on Friday, June 30, 2023. FAX OR MAILED SUBMISSIONS WILL NOT BE ACCEPTED. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above. (c) Interested firms shall address each of the seven (7) Selection Criteria in their SF 330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) Evaluation Factors to seven (7) pages total (beyond the SF330s. Any additional Narrative Information past seven (7) pages total will not be considered. Failure to provide Narrative Information to support each of the seven (7) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. PROJECT INFORMATION: Request for Proposal To Design Renovate Morgue, Building 1 03-29-2023 Project No. 667-16-101 Overton Brooks VA Medical Center, Shreveport, LA A. General Information A 1.0 Project Background, Description and Scope of Work Provide Architect/Engineer professional services to include site investigation, design development, construction documents, specifications, cost estimates, construction period services and construction site visits. Overton Brooks VAMC has a requirement to design a project to completely renovate the Autopsy Suite and Morgue support area in the east wing of the Basement Wing, Building 1, Overton Brooks Medical Center, Shreveport, LA, in order to bring it up to modern VA standards. The area to be renovated is approximately 1,380 square feet. The design documents shall capture the plan to completely renovate the Autopsy Suite, Morgue Refrigerator, Gross Specimen Storage, Staff Restroom, Locker & Dressing Area. All existing interior finishes, walls, body cooler shall be demolished in order to provide for a more efficient and compliant layout and workflow of the space. The existing dedicated AHU (located in catwalk area of BE92B) and associated exhaust (located on roof of Pharmacy at the 2nd floor level) which supports the Morgue/Autopsy space shall be completely replaced with VA compliant systems. The existing elevator cab and elevator equipment shall be removed and replaced. The size of the elevator shaft will need to evaluate and possibly enlarged to accommodate new updated elevator cab and equipment. The renovated space shall have all new walls, new finishes, new casework, new signage, and new plumbing, mechanical, electrical and elevator systems. The new space to includes a new patient lift (H-Track type), autopsy table, associated autopsy equipment, body coolers, specimen storage, dressing area and restroom along with designated clean and dirty areas. This contract will provide for complete design (construction documents) and construction period services (CPS). PERIOD OF PERFORMANCE The delivery date for this contract shall be 270 days from Notice to Proceed. Performance time to include VA review of each submission as identified. LOCATION Overton Brooks Veterans Affairs Medical Center 510 E. Stoner Ave. Shreveport, LA 71101 TERMS OF THE SOLICITATION A. The term responsibility, used in the instructions that follow, includes architectural and engineering design, cost, schedule, and construction responsibility for completion of this project in accordance with the documents of this RFP. It is the responsibility of the Design Offeror or A/E to provide complete Design Documents (drawings and specifications) for a fully functional project. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning project. B. The terms Design Team , Design Offeror , or A/E refers to the successful design team. The design team shall consist of a Service Connected (Disabled) Veteran Owned Small Business architectural/engineering firm and all associated consultants and subcontractors. C. The term Design Team or engineer refers to registered/licensed Architects and Engineering professionals. D. The terms the work and project refers to the all-site investigation, site survey, calculations, testing and design for documents to design and construct the subject project. E. The term VA and the term VAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA. F. The VAMC Coordinator or VA Program Manager for this project is Amanda Johnson at 318-990-5277, Amanda.johnson22@va.gov G. The COR (Contracting Officer s Representative) for this project is Archie Lanham 318-990-4721, Archie.lanham@va.gov H. The Contracting Officer for this project is TBD. QUALITY ASSURANCE/QUALITY CONTROL (QA/QC) The Design Offeror or A/E shall develop, execute, and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions that the firm will take during the design process to ensure a quality finished design is achieved. COST ESTIMATE A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. DRAWINGS This project will utilize AutoCAD, version 2020. All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent requirement shall govern. All drawings must be bundled using the e-transmit function. SITE AND TOPOGRAPHY SURVEY During the design phase, the A/E will coordinate with VAMC Staff to perform a site survey to facilitate the design. The A/E will field verify, confirm dimensioning, and document the existing conditions. For this project a topographic survey is NOT required. GEOTECHNICAL SURVEY A geotechnical survey of the area is NOT required. UTILITY SURVEY During the design phase, the A/E will coordinate with OBVAMC Staff to obtain utility information to facilitate the design. Otherwise, what is not obtained shall be surveyed to extent necessary by the A/E. A/E shall procure any services (to include, but not limited to HVAC air and hydronic pre-testing and evaluation) required to adequately test and determine the capacity of the existing utility system. ASBESTOS ABATEMENT SURVEY During the design phase, the A/E will coordinate with VAMC Staff to obtain asbestos abatement survey information to facilitate the design. The A/E shall also survey the areas of conflict in question and either confirms the presence, or clearance, of asbestos and incorporate into the design documents accordingly. FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittal starting with the 50% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating that the FINAL plans and specifications are in compliance with the current LSC and NFPA codes. SEISMIC DESIGN In accordance with the VA s manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being Low (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is NOT required. PHYSICAL SECURITY & BLAST DESIGN The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected/Mission Critical Facilities dated January 2015 as applicable. Is required for this design effort. HANDICAP ACCESSIBILITY The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), ABAAS (Architectural Barriers Act Accessibility Standards) and PG-18-13 (Barrier Free Design Guide) in all areas. COMMISSIONING The A/E shall incorporate the VA s commissioning specification into the design and complete set of construction documents as applicable. The Construction contractor shall procure the 3rd party Commissioning Agent to oversee and execute the contract required commissioning activities during Construction. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information (Attach A is PG-18-15) found on the VA s Technical Information Library (TIL) website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable: PG-18-5 Chapter 240 - Pathology & laboratory Medicine Service HVAC Design Manual for New, Replacement, Addition and Renovation of Existing VA Facilities Section 11 78 00 Mortuary Equipment Section 11 78 13 Mortuary Refrigerators PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-10 Design Manuals (by discipline) PG-18-12 Design Guides (graphical, by function) PG-18-13 Barrier Free Design Guides PG-18-14 Room Finishes, Door, and Hardware Schedules PG-18-15 Minimum Requirements for A/E Submissions Uniform Federal Accessibility Standards (UFAS) ABAAS (Architectural Barriers Act Accessibility Standards) Physical Security Design Manual for VA Facilities, Life-Safety Protected NOTE: The design effort shall not be limited to the documents referenced. The A/E shall utilize and design to all applicable standards on the VA TIL. A 2.0 Design Deliverables OBVAMC Design Submissions Statement of Task: 1. 25% Schematic Design (SD) 2. 35% Design Development (DD) 3. 65% Design Development (DD) 4. 95% Design Development (DD) 5. 100% Construction Documents (CD) NOTE 1: Additional detailed design submission requirements can be found in VA Guide PG-18-15. NOTE 2: The VA staff shall have a minimum of 16 calendar days to review and coordinate each A/E design submissions. If the VA workload does not allow for a thorough review within the 16-calendar day timeframe, the A/E shall not proceed to the next design phase until comments have been received from the VA. The A/E will be entitled to a time only contract extension for the number of VA review days beyond 16 calendar days. 1. 25% Schematic Design: Investigate and survey project site. Verify any VA provided data. A/E is responsible for collecting any and all data required for the design. The A/E is responsible for measuring and collecting actual field data that may be required. The A/E shall collaborate with VA staff/end user to develop conceptual and viable design options to meet the intended scope of work. The A/E shall develop schematic drawings and design options for review. This schematic design phase is an iterative process and requires close coordination back and forth with the VA COR/Project manager. The preliminary schematic design/layout will most likely require tweaking until a final plan/layout is officially approved by the hospital and COR. Dimensions, areas, spaces, etc. will need to be indicated clearly on the drawings. With respect to space, the A/E needs to identify the size of the existing space, the space VA standard and proposed space for review and consideration. The A/E shall work with the VA staff/COR until an acceptable plan is developed and approved in writing by the VA/COR. The A/E final deliverables for this phase are (hard and electronic copies): a. OBVAMC Approved Plan b. Preliminary Cost Estimate (RS Means, Cost Works) c. List of probable Specification Sections for this project d. Asbestos Survey 2. 35% Design Development: These drawings shall be at the largest scale possible and shall show the architectural layout of each floor, approximate room dimensioning/square footage, room identification, fire exists, chases, columns, and other pertinent information necessary to provide information that will carry the design to the next review. a. Drawings & Specifications: Provide one 22 x34 size D set, three 17 x22 size C sets of preliminary construction drawings. Provide one set of preliminary specifications indicating all of the A/E proposed edits in a 3-hole punch binder. Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Also, provide electronic copies on a CD (Drawings PDF format, Specifications in Word format). b. Cost Estimate: Provide a detailed cost estimate indicating labor, material and equipment cost in RS Means CostWorks format. Estimate shall include Prime Contractors Overhead, Profit, Bond and Labor Burden (typically 32%). Estimate shall indicate feasible deductive bid alternates to bring the construction cost within the allotted construction budget. This cost estimate shall be submitted in hard copy with the Design Analysis and an electronic copy on CD. c. Design Analysis: Provide a design analysis for each discipline indicating the design rational, thought process and design calculations (including actual field test and test date). Provide a summary of deductive bid alternates. Provide an initial review by the Fire Protection Engineer and their comments on the 25% design documents. Provide a draft preliminary detailed submittal register. Provide a list, by discipline, on what outstanding data or feedback is required from the VAMC. Provide one hard copy of the Design Analysis and one electronic copy on a CD. NOTE: The A/E shall not proceed with the 65% design without written concurrence from the VA COR. 3. 65% Design Development: This submission of drawings, specifications and cost estimate shall be very close to complete. This review by the VA shall be to validate that 35% comments were incorporated into the project. The construction documents should be sufficiently developed to cover all work items to be addressed by the project. No major items missing from this submission. The VAMC review of these documents should result in very minor comments to allow for the next 95% submission. A/E shall provide a list of questions by discipline on anything that s needed from the VA to continue and fully develop the next 95% design submission. Additionally, the A/E shall provide minutes from the last design review meeting and shall provide responses to all VA comments noted or identified during the last review submission. a. Drawings & Specifications: Submit in the same manner as the 35% DD submittal. b. Cost Estimate & Design Analysis: Submit in the same manner as the 35% DD submittal. c. FPE Certification: Provide review by the Fire Protection Engineer and indicate their comments. 4. 95% Design Development: This submission of drawings, specifications and cost estimate shall be complete. This review by the VA shall be to validate that 65% comments were incorporated into the project. There shall be nothing missing from the construction documents. The VAMC review of these documents should result in very minor comments to allow for the next submission to be final. If the comments of this set of documents results in numerous comments, then a 99% review or a check set of certain elements of the design may be required before the A/E shall proceed to the 100% Final Construction Documents. a. Drawings & Specifications: Submit in the same manner as the 65% DD submittal. b. Cost Estimate: Submit in the same manner as the 65% DD submittal. c. FPE Certification: Provide review by the Fire Protection Engineer and indicate their comments. 5. 100% Construction Documents: This submission shall incorporate all project requirements and previous comments. These documents shall be ready for bidding. a. Drawings & Specifications: ALL ENGINEERS AND ARCHITECTS PROFESSIONAL STAMPS SHALL BE ON THIS SET OF DOUMENTS. Provide one 22 x34 size D set, four 17 x22 size C sets of FINAL construction drawings. Provide two set of FINAL fully edited specifications (specs in a 3-hole punch notebook, printed on both sides of the paper). Drawings and specifications to indicate potential deductive bid alternates and any phasing requirements. Provide two CD electronic copies of the entire package (Construction Drawings and Specifications). The drawings shall be as both AutoCAD (2020) and scanned individual PDF files per drawing. The specifications shall be in separate Word and separate PDF files for each specification section. Coordinate the naming & numbering of the files with the COR. Also, provide a PDF file for each complete volume of the specifications. b. Cost Estimate: Submit FINAL CostWorks cost estimate in the same manner as previous submittal. c. FPE Certification: Provide a FINAL certification letter from a registered Fire Protection Engineer stating that the FINAL plans and specifications are in compliance with the current Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. Construction Period Services (CPS): A/E shall provide full post design services construction period service IAW the Special Provisions of this contract. PRE-AWARD: CPS to include assistance with questions, request for information (RFI s), meeting conference calls, clarifications, and addendums during the construction solicitation phase. POST-AWARD: CPS also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, inspections, reviewing and responding to RFI s and review/coordination of contract modifications/change orders. Designing and estimating of design omissions. POST-AWARD SITE VISITS: CPS shall also include a minimum of 7 Site Visits during the construction phase of the project. Type and discipline of site visit shall be determined at the time of need by the COR. ASBUILTS: A/E shall also incorporate contractor s as-built/redline drawings on AutoCAD (2020) with all x-refs and blocks bound and provide both electronic (two CDs clearly labeled) and hard copy sets. Hard copy sets of as-built drawings shall consist of one 22 x34 size set, three 17 x22 size sets.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ac96ba728cc41309389d63bd077a3a7/view)
 
Place of Performance
Address: Station 667 (Shreveport) Overton Brooks VA Medical Center 510 Stoner Avenue, Shreveport 71101-4243
Zip Code: 71101-4243
 
Record
SN06710423-F 20230611/230609230113 (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.