Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOLICITATION NOTICE

C -- 657-24-101JC, Prepare Site for New Electrophysiology Laboratory, Room B524 (VA-24-00022988)

Notice Date
11/27/2023 2:11:56 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524R0028
 
Response Due
1/2/2024 12:00:00 PM
 
Archive Date
04/01/2024
 
Point of Contact
Lucia Cowsert, Contract Specialist, Phone: (913) 758-9912
 
E-Mail Address
lucia.cowsert@va.gov
(lucia.cowsert@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Synopsis: PROJECT TITLE: Prepare Site for New Electrophysiology Laboratory, Room B524. CONTRACT INFORMATION a. This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (92-582)) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. b. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR Subpart 836.6 as implemented in FAR Subpart 36.6. c. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified contractors that meet the professional requirements. d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Saint Louis VA Medical Center, John Cochran Division Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. 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. e. Award of any resultant contract is contingent upon the availability of funds. f. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to lucia.cowsert@va.gov and paul.dixon@va.gov. Personal visits to discuss this announcement will not be allowed. g. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $12.5M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 182 calendar days including time for VA reviews. The resulting construction price range is estimated to be between $1,000,000 and $5,000,000. h. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 819.7003. ONLY BUSINESSES VERIFIED AND LISTED IN THE SMALL BUSINESS ADMINISTRATION (SBA) REGISTRY https://veterans.certify.sba.gov, SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. j. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. k. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) l. A-E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/system/files/SF330-21_Part_1.pdf and SF330-21_Part_2.pdf (gsa.gov)). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically. m. Completed package shall be delivered electronically on or before 1/2/2024 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Paul Dixon Jr., Contracting Officer @ paul.dixon@va.gov and Lucia Cowsert, Contract Specialist @ lucia.cowsert@va.gov. PROJECT INFORMATION The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility Engineering Service (FES) intends to partner with an A/E Firm on a project to Prepare Site for New Electrophysiology Laboratory, Room B524, John Cochran Division (JC), 915 N. Grand Blvd, St. Louis MO 63106. The renovation will prepare the site to include modification as needed and light remodel of architectural finishes as part of Biomedical Engineering s EP equipment installation. The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, FES expects the following primary A/E disciplines to be included: Supervisor, Architectural, Mechanical, Electrical, Plumbing (Including Fire Protection), Structural, Physical Security Specialist, Commissioning, and a VPIH. Supplement B SCOPE OF WORK: A/E services are required for Schematics, Design Development, Construction Documents, Construction Cost Estimate and Construction Period Services for project number 657-24-101JC - Prepare Site for New Electrophysiology Laboratory, Room B524. This delivery order shall cover the following tasks. A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation and construction phases of the construction project, attendance at pre-bid, post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately 6 site visits during construction to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance in the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. The A/E shall hire a third-party commissioning agent to commission all installed equipment. The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project. The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project. General Statement A/E Part One Services (also known as Design Phase) for this design project includes site visit, field investigation, conduct of studies and user interviews to update drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project. This project will Prepare Site for New Electrophysiology Laboratory, Room B524. 2. DESIGN DEVELOPMENT: The A/E firm shall: a. Meet with Facilities, and other personnel prior to start of design to determine detailed requirements of work involved. b. Work from existing building and site drawings furnished by the VA to develop project design. (These are to be used only as guidelines); c. Perform any necessary on-site field investigations to accomplish work and to verify drawings provided by the VA; d. Prepare rough sketches, if necessary, to solve possible problems in design throughout the contract; and e. Follow VA Program Guide PG-08-15 Volume C, and other applicable guidelines to design the project. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary.  SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Qualifications (SF330) submitted by each firm for PROJECT NUMBER: 657-24-101JC Prepare Site for New Electrophysiology Laboratory, Room B524, VA Medical Center Saint Louis, John Cochran Division will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS. The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A&E firms shall have licensed professional architects and engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, CAD operators, Project Managers, LEED Consultant, Fire Protection Engineer, and Interior Designer. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Provide detailed project information on any projects (that are complete - design and construction) the proposed team has worked together on in the last five (5) years. Special emphasis will be given to any medical facility related projects. If the entire team has not worked together previously, provide detailed project information that each of the team members have worked on in the last three (3) years with special emphasis on medical facility projects. The project information should include project titles, a short scope of work, date of design completion, date of construction completion, firms involved, etc. The A/E shall also describe if they have any experience completing a design that was started by another A/E firm. Provide the project title, scope of work, date of design start for this team, percentage of design when accepted by team and completion of design. 3. CAPACITY TO ACCOMPLISH THE WORK. The general workload and staffing capacity of the design offices which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. 4. PAST PERFORMANCE. NCO 15 will evaluate past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of construction cost estimating, cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. 5. LOCATION OF DESIGN FIRM. The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The medical center is located at 915 North Grand Blvd., Saint Louis, VA Medical Center, Saint Louis Missouri 63106. 6. CLAIMS AND TERMINATIONS. Provide documentation of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services. Provide a detailed narrative of relevant projects within the last 5 years that have claims against the organization or have been terminated by the owner. Include the circumstances, cost, and schedule impacts to involved parties, and outcomes of the claims and/or terminations. They will be examined.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/69bc55077cdb4ef483b8c1eb2efc5360/view)
 
Place of Performance
Address: Saint Louis VA Medical Center John Cochran Division 915 Grand Blvd, Saint Louis 63106, USA
Zip Code: 63106
Country: USA
 
Record
SN06894306-F 20231129/231127230042 (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.