Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2023 SAM #8026
SOLICITATION NOTICE

C -- 679-24-105 - Master Planning Tuscaloosa VAMC, AL

Notice Date
11/16/2023 9:37:40 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24724R0026
 
Response Due
12/18/2023 11:00:00 AM
 
Archive Date
03/26/2024
 
Point of Contact
Joyce Powers, Contracting Officer, Phone: 404-321-6111
 
E-Mail Address
joyce.powers1@va.gov
(joyce.powers1@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE. ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: 1. The Department of Veteran Affairs, Network Contracting Office 7 is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for Project 679-24-105, Master Planning at the Tuscaloosa VAMC, located at 3701 Loop Rd, Tuscaloosa AL 35404. Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States to be considered for this opportunity. Also, see geographic location restriction in paragraph 4 of this notice. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. 2. This acquisition is a 100% set aside for Certified Service-Disabled Veteran-Owned Small Businesses. a. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). b. Prospective Contractors must comply with VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. c. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, must be certified and listed in the SBA certification database (https://veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualification. For a Joint Venture to be considered eligible as an SDVOSB if the joint venture 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. Plus, the firm is reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. 3. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 679-24-105, Master Planning. The estimated period of performance is 300 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $25.5 million. 4. The area of consideration for this acquisition is restricted to A/E firms with an operating office located within 500 miles of the Tuscaloosa VAMC, located at 3701 Loop Rd, Tuscaloosa AL 35404. Eligible prime contractor firms must have a main and/or branch office geographically located within the 500 mile radius. The address of the main and/or branch office shall be documented on the SF 330. (Determination of mileage eligibility will be based off Google Maps) 5. Project Information/Statement of Tasks: The intent of this Project is to provide the Medical Center with a Facility Master Plan. The Contractor shall build on previous facility strategic planning, Strategic Capital Investment Planning [SCIP], Facility Condition Assessment, VA Asset and Infrastructure Review (AIR) commission report, and the existing Space Plan. This effort is creating a new plan using previous data and updating data where needed. The A/E shall evaluate the advantages of build versus lease versus fee out decisions with regard to capacity requirements. Cost, timing of need, availability of resources, duration of need and location of need relative to location of customer shall be considered. Additionally, the A/E shall evaluate the advantages of renovation versus new construction versus non-capital solutions with regard to meeting capacity requirements. Condition of facilities to be renovated, the cost of renovations, the existing layout and functionality of existing space, physical limitations and constraints, as well as adjacencies of existing space to other key programs in the facility shall be considered. The A/E will work closely with the Medical Center s Integrated Planning Team (VA Team) during the duration of the Project. A Contracting Officer s Representative (COR)/Project Manager will be assigned as the primary point of contact for the Project and will be responsible for coordinating reviews, monitoring performance and compliance with technical requirements of the Contract, scheduling site visits and tracking progress to ensure the Project meets all milestones. The Consultant will develop a Strategic Business Plan and related Strategic Facility Plan that provides a vision for growth over the next 10 years for each facility. The Consultant will work with the engineering staff, strategic and/or facility planner, and senior leadership team to collect necessary data, analyze the data, and present recommendations regarding projects to support that vision. The required work includes: 1. Collect all necessary data that is provided by the VA and collected independently to include, but not limited to: a. Baseline Year Veteran population, enrollment, utilization, special population and local demographics data; b. CARES data; c. Market and sector (sub-market) boundaries and service needs; d. Drive time access and rurality analysis; e. VHA,VISN and Medical Center Mission and Vision Statements; f. VHA, VISN and Medical Center Strategic Plans g. Previous market assessment recommendations g. Current Health Care Planning Model (HCPM) Market Reports h. Current Strategic Capital Investment Planning (SCIP) Gaps and Projects i. Proposed Capital and Non Capital Solutions j. Current SCIP Strategic Capital Assessment Presentation k. Capital Asset Inventory (CAI) including Facility Condition Assessments (FCA), Capital Functional Survey Data l. Current facility project data (of ongoing work) and associated space implications m. Current facility goals and strategic plans where available n. Joint Commission Statements of Condition o. Historic property listings p. Other local facility data, and other documents as may be appropriate and available 2. Prepare a Basis of Study (BS) in the form of a narrative presentation of facts, sufficiently complete, to demonstrate that the project concepts are fully understood, and that subsequent study details, and their ultimate presentation in the final plan and reports, will be based on sound architectural and engineering decisions. 3. Analyze data and prepare a Schematic Study that includes both a narrative and conceptual drawings demonstrating further development of the Basis of Study with the expressed intent of meeting or exceeding current VA Performance Measures, Design Guides and Access Requirements through spatial improvements to the facility by: eliminating gaps and/or surpluses in care; upgrading the facility to meet current life safety and building code requirements; correcting high priority (levels C, D and F) deficiencies as identified in the Facility Condition Assessment; increasing productivity; economizing space; and/or eliminating surplus space; improving ergonomics and aesthetics; enhancing overall appearance; reducing operational costs; and/or, extending the useful life of the facility through modernization of supporting architectural and utility infrastructure. 4. Develop a Master Plan based on the approved Schematic Study that outlines systematic and logically phased/sequenced plans for improving the environment of care of all medical and administration functions at the Medical Center and Community Based Outpatient Clinics. 5.SCIP Readiness: The Consultant will develop a 10-year Construction Phasing Plan that considers the impact of all in-progress and/or pending renovations and make recommendations on the realignment of the facility s existing SCIP for NRMs, Minors, Leases, and Major projects. The 10-year Construction Phasing Plan will have detailed planning for first five years and broader overall objectives for the second five years. The Consultant will perform the following tasks: review and identify any new specific capital initiatives such as construction projects, special projects (studies) and/or leases; evaluate the advantages of build versus lease versus fee out decisions regarding capacity requirements (cost, timing of need, availability of resources, duration of need and location of need relative to location of customer shall be considered); evaluate the advantages of renovation versus new construction versus non-capital solutions regarding meeting capacity requirements (condition of facilities to be renovated, the cost of renovations, the existing layout and functionality of existing space, physical limitations and constraints, as well as adjacencies of existing space to other key programs in the facility shall be considered). For new capital solutions, the Consultant will develop realistic timelines, cost estimates, gap reviews, detailed description, and scope of work. VA will use this information to submit projects into SCIP (the Consultant will not perform SCIP submissions). For each project the Consultant will include a timeline that recommends the SCIP year/cycle that the project shall be entered into the SCIP Automation Tool (SAT). 5. DESIGN CRITERIA: The VA Technical Information Library (TIL) available at http://www.cfm.va.gov/til/index.asp is managed by the VA Office of Construction and Facility Management and is the master repository for all VA approved standards for planning and construction to include design and construction specifications, procedures, standard details, BIM/CAD standards, equipment guides, space planning and design guides. These standards shall serve as the basis for planning and design for all projects performed in the construction of new facilities and the modernization, alteration, addition, or improvement of its real property. In addition, the VA, acting as the Authority Having Jurisdiction (AHJ), has adopted the latest edition(s) of the following codes and standards (but not limited to): Occupational, Safety and Health Administration (OSHA) Standards; International Building Code (IBC); National Electrical Code (NEC); National Fire Protection Association (NFPA) Codes, with the exception of NFPA 5000 and NFPA 900; National Standard Plumbing Code (NSPC); Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1; ASME Boiler and Pressure Vessel Code; ASME Code for Pressure Piping; Architectural Barriers Act Accessibility Standard (ABAAS) for Federal Facilities; Building Code Requirements for Reinforced Concrete, American Concrete Institute (ACI 318 2) and Commentary (ACI 318 R2); Manual of Steel Construction, Load and Resistance Factor Design Specifications for Structural Steel Buildings, American Institute of Steel Construction (AISC); Energy Code for New Federal Commercial and Multi-Family High Rise Residential Buildings: Final Rule. Mandatory for New Federal Buildings, Department of Energy (DOE) regulations, 10 Code of Federal Regulations (CFR) Parts 434 and 435; The Provisions for Construction and Safety Signs. Stated in the General Requirements Section 01010 of the VA Master Construction Specification; Federal Green Building Requirements; o. Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings and Public Laws (http://www.epa.gov/oaintrnt/projects/requirements.html): Greening the Government through Leadership in Environmental Management Executive Order 13148; Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1; Safety Standard for Refrigeration Systems ASHRAE Standard 15; U.S. National CAD Standard; VHA Directive 1061 Prevention of Healthcare-Associated Legionella Disease and Scald Injury From Potable Water Distribution Systems; Multiple VHA Directive and Handbooks related to the delivery and environment of care; and, USP 797 and/or 800. Where conflicts exist between VA Directives, Standards, Specifications and/or Handbooks and adopted codes and standards, the A/E shall bring this to the attention of the VA. The resolution of the conflict shall be made by the AHJ to ensure consistency throughout the Agency. All work to be performed for this project must meet all National Fire Protection (NFPA); National Electric Code (NEC); National Electrical Manufacturers Association (NEMA); Energy Independence and Security Act of 2007 (EISA 2007); Underwriters Laboratory, Inc. (UL); Federal, State, and Local regulations and codes; and JCAHO standards and guidelines. 6. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance: Professional: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF 330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. The VA will confirm the individuals are current and in good standing with the respective state licensing board. Specialized: Specialized experience and technical competence in the type of work required, including, where appropriate on similar projects: experience in healthcare planning, project planning, cost estimating, long term planning, energy conservation, pollution prevention, historical structures, waste reduction, production facility renovation experience, and the use of recovered materials (include Government and private experience). The Consultant conducting the master planning shall have at least five years of experience in healthcare planning and five years of experience with federal contracts. Experience with healthcare clinical design, VA patient and family-centered care or Planetree philosophy, evidence-based design for interior features to promote healing environments, ADA, NFPA 101 Life Safe Code, LEED certification, energy conservation, interior design, and space planning is preferable. Technical competence includes design quality management procedures, CADD, equipment resources, and laboratory requirements of the prime firm and any subcontractors. In addition, provide information on the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships. Capacity to accomplish work in the required time: This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines identified in the paragraph b. specialized experience when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. Past Performance: CPARS data or Past Performance Questionnaires should be provided for projects submitted under Factor b. Specialized. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Past performance as it relates to cost control, quality of work, and compliance with performance schedules. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Past performance will be evaluated on recent and relevant contracts with government agencies. Recent is defined as performance occurring within 5 years of the date of this notice, except those ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Location and knowledge of locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations. That your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF 330 submittal should show your knowledge of the locality of the project.) Eligible prime contractor firms must have a main and/or branch office geographically located within the 500-mile radius. Commitment to use SDVOSB and VOSB: 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. 7. Selection Procedures: a. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. b. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. c. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are available, report(s) shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit. Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330. d. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. 8. Submission Requirements: a. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. The following format should be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Unique Entity ID (UEI): (7) Tax ID number (8) The E mail address and Phone number of the Primary Point of Contact. b. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work should submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) Dec 18, 2023, at 2:00 p.m. ET. Email capacity is limited to ten (10) megabytes (Megs). c. All SF330 submittals and questions must be sent electronically to the attention of Joyce Powers, Contracting Officer at joyce.powers1@va.gov. Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. DO NOT SEND HARD COPIES d. The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e., CPARS) and award documentation. This information should be provided as attachments to the SF 330. e. Any questions regarding this announcement can be emailed to joyce.powers1@va.gov no later than Dec 4, 2023. Site Visits will not be arranged during this phase. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc40eb6bc0e245958e6fc3484852aa8a/view)
 
Place of Performance
Address: Tuscaloosa VAMC 3701 Loop Rd, Tuscaloosa 35404, USA
Zip Code: 35404
Country: USA
 
Record
SN06886987-F 20231118/231116230040 (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.