Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2012 FBO #3837
DOCUMENT

C -- Pre-Solicitation Notice VA Portland Architect/Engineer (A/E) Design for Seismic Retrofit and Renovation - Attachment

Notice Date
5/25/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;OFFICE OF CONSTRUCTION AND FACILITIES;MANAGEMENT - WESTERN REGION;1175 NIMITZ AVENUE, SUITE 200;VALLEJO, CA94592
 
ZIP Code
94592
 
Solicitation Number
VA10112R0099
 
Response Due
6/25/2012
 
Archive Date
8/24/2012
 
Point of Contact
RONALD FERRER, CONTRACTING OFFICER
 
E-Mail Address
RONALD.FERRER@VA.GOV
(RONALD.FERRER@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Pre-Solicitation (Request for Architect - Engineer Qualifications) VA101-12-R-0099, Seismic Retrofit/Renovation, VA Portland Medical Center, Oregon Synopsis: The Department of Veterans Affairs, Office of Construction and Facilities Management, is seeking architecture or architecture/engineering firm (NAICS 541310) capable of the planning and design of newly constructed and renovated hospitals, large outpatient/ambulatory care clinics, health care and biomedical research, and similarly complex healthcare projects. The architecture or architecture/engineering firm must be capable of preparing all design and construction documentation including, but not limited to, advance/master planning, site development, utility infrastructure design, local utility approval, architecture, medical planning, civil engineering, structural engineering including seismic design, mechanical engineering, historic preservation, environmental protection, communication and data engineering, electrical engineering, interior design, landscape design, construction cost estimating and market research, parking and traffic studies, geotechnical investigation and surveying, seismic design for new and existing buildings. The prime contractor should have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architects, Medical Planners, Structural Engineers, Mechanical Engineers, Geo-technical Engineers, Historic Preservation Architects, Environmental Engineers, Communications and Electrical Engineers, Interior Designers, Sustainable Design and LEED Accredited Professionals, and Cost Estimators. All members should have experience in the planning and design of new hospitals (incorporating the Planetree Patient-Centered Care model), large medical and significant outpatient/ambulatory care clinics, medical research facilities, or similar complex healthcare projects. Scope: This project proposes seismic retrofits on the Portland VAMC's two main campus buildings (Building 100 and Building 101). Building 100 is 680,392 gross square feet (GSF) and Building 101 is 129,692 GSF. The proposed renovations will mitigate deterioration and failure of the buildings' tile façade and bring them up to current seismic code. During the seismic retrofit, all in-patient, outpatient, ancillary, administrative and research services housed in Buildings 100 and 101 will be impacted. To provide essential swing space while the seismic retrofits of the main hospital buildings are in progress, the project also entails demolition of an aging 25,349 GSF "Butler Building" on the campus and the construction of a 265,000 GSF Specialty Care Building in its place. To accommodate anticipated growth in staff and to address the existing critical employee parking shortage at the Portland VAMC, 600 above ground parking garage spaces will be constructed. The project will require a comprehensive facility site plan and space plan. The project will also require an Environmental Assessment or Environmental Impact Statement (as appropriate), a historic preservation (A-106) task, mitigation work, possible community outreach and public meetings, and security analysis. Seismic design will adhere to VA's manual for Seismic Design Requirements (H-18-8). Renovation of interior areas to include space layout and interior partitioning will meet current VA Space Planning Guidelines and optimize patient care and staff efficiency. Applicants must demonstrate success in sustainable design including prescribing the use of recovered materials, achieving waste reduction, water reduction, energy efficiency and low energy building design; additionally, the project will comply with the VA Sustainable Design and Energy Reduction Manuals. The project will be required to attain a minimum LEED Silver certification. Renewable and innovative energy systems will be required as part of this project. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems, etc. will meet current codes and standards. All structures and utilities will be designed to meet VA's criteria as detailed in its Physical Security Design Manual for VA Facilities, both Life-Safety Protected and Mission Critical Facilities. The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 in all areas. Required services will include preparation of equipment and furniture plans and schedules, schematics design, design development, and construction documents (both plans and specifications), medical and research equipment planning, site design, and including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. The estimated price range for construction project is more than $100,000,000.00. At this time it is anticipated that the Seismic Retrofit of Buildings 100 and 101, New Specialty Care Building, Parking Garage, Energy Plant Expansion, Infrastructure Improvements and Site Work design could follow the design-bid-build delivery method. Once a thorough analysis of the users' and the facility's needs has been completed, the scope and method of meeting those needs may change and require a different design delivery method. The base contract for design will include pre-design, schematic documents and design development documents, with the option to exercise for construction documents, construction period services, site visits, and other professional services. Only firms, or teams, with in-house architectural services, recent experience in the design of contemporary, state-of-the-art medical facilities similar to that proposed will be considered. Additional tasks may include site analysis and campus master plan. Emphasis will be placed on previous successful experience with construction and renovations of medical facilities, along with the requisite Project Management Plan and Risk Analysis. Cost and scope management capabilities will also be examined. In addition, the firms or teams must demonstrate their ability to effectively utilize IFC version 2x-3 (or later) compliant parametric Building Information Modeling (BIM) system in developing this project from its initial conception through completion of documentation per the VA BIM Guide. The team shall have the experience, ability, and data management skills to execute an integrated design approach using BIM technology. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services will be considered. The design for all parts of this project are required to meet all national, state, and local building codes, regulations, and standards as well as all VA design guides and design requirements. 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. In addition to design capabilities, estimating capabilities of the applicants will be considered. A market study to include Project Labor Agreements and an estimate of construction cost based on level of design detail will be required at each design phase. The phases include Pre-Design, Schematic Design 1, Schematic Design 2, Design Development 1, Design Development 2, and Construction Documents. The selected team shall design to the government's estimated cost for construction at time of award (ECCA). More design submission requirements can be found in VA Guide PG-18-15. To be considered, the prime A/E firm must have an established working office within two hundred (200) mile radius of the project site, Portland VA Medical Center, 3710 SW US Veterans Rd, Portland, Oregon 97239; be of sufficient size and experience to accomplish the work; and be licensed and insured to work in the State of Oregon. Preference will be given to consultants with working offices capable of performing all design work within 200 miles of the Portland VA Medical Center. Office site visits to verify location and capacity may be performed. Evaluation Factors: Applicants will be rated based on the following criteria which are listed in descending order of importance: 1.Professional experience and qualifications - Submit a Project Organizational Chart that includes all team members. The chart shall identify the licensed/registered Key Personnel identified below. Clearly describe the prime responsible firm (or firms if a joint venture or mentor-protégé) and individuals as well as the roles and responsibilities of individuals proposed as consultants or subcontractors. Key Personnel: Identify the qualifications of key personnel in the disciplines listed below. Offeror shall note if one individual is proposed for more than one position. For joint venture submittals, mentor-protege and prime professionals with sub-consultant team members, each joint venture partner, mentor-protege and/or each sub-consultant shall provide letters of commitment to the project team. The offeror agrees to assign to the contract those persons whose resumes, personnel data forms or personnel qualification statements were submitted. If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding 30 working days, or are expected to devote substantially less effort to the work than indicated in the proposal, the contractor shall propose a substitution of such personnel. All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least 15 days prior to the proposed substitution. All proposed substitutes shall have qualifications equal to or higher than the qualifications of the person being replaced. a.Project Director b.Senior Project Manager c.Director of Design d.Project Architect e.Mechanical Engineer f.Structural Engineer g.Electrical Engineer h.Medical Planner i.Civil Engineer j.Landscape Architect k.Fire Protection Specialist l.Medical Equipment Specialist m.Interior Design n.Low Voltage o.NEPA Coordinator p.LEED AP/Sustainability Consultant q.Cost Estimator r.Quality Assurance/Quality Control Manager s.Specifications Manager t.Identify additional personnel for other disciplines (e.g. Historic Preservation Specialist, Blast Consultant, Environmental, Geotechnical, Acoustical, Vertical Transportation, Lighting, Parking Structure, Code Consultant) For each proposed professional acting as a key technical resource in specific discipline, provide resumes demonstrating specific experience in the services related to their discipline. The qualifications evaluation will consider the breadth of education, training, certification, overall and relevant experience and longevity with the proposed team for all proposed key personnel. Provide biographical data, to include the following: a.Name of individual. b.Company employed by c.Company position title. d.Years with the company. e.Describe work experience with projects that were with healthcare facilities and the company (by name) they worked for when involved in the project. f.An indication of which (if any) projects submitted under Relevant and Specialized Experience and Technical Competence of Prime A/E (below) the individual participated in and what the individuals responsibility was for that project. g.An indication of which other individuals submitted for projects under Relevant and Specialized Experience and Technical Competence this individual has worked with and the project they worked on together. h.Describe job related educational experience including degrees, certificates etc and granting institutions. i.Position that the individual will hold in regard to this contract/project team, description of duties and what percentage of the individual's time would be committed to the project during both the design and construction phases. 2.Relevant and specialized experience and technical competence of prime A/E firm (including joint venture and mentor-protégé) - The Offeror shall demonstrate specific relevant experience by submitting 10 projects of which a minimum of five (5) projects must be of similar size, scope and complexity, and are current or completed within the past five years. In addition, the offeror shall identify roles of Key Personnel on past projects and provide a proven record of successful past collaboration of the proposed team on recent projects of similar scale and scope. Greater weight will be given to Offeror's experience as a prime contractor rather than as a consultant. More recent and relevant experience will have a greater impact on the assessment than less recent or relevant effort. Joint Venture or Mentor-Protégé must submit the following additional documentation: a) A copy of a legally binding Joint Venture or Mentor-Protégé agreement, and b) Identification of the party who can legally bind the Joint Venture or Mentor-Protege. Offeror shall provide the following information for each project: 1.Project title, location and brief description including building use (Medical Facility, etc.) and contracting method (e.g., task order, design build, design bid construct, CM at risk). 2.Project owner, name, telephone number and email of owner's contact person. 3.Project Prime Contractor and Major Subcontractors with name, telephone number and email of contact person(s). 4.Project Statistics including start and completion dates (original vs. actual); cost (original vs. actual) with brief explanation of what is included in the cost; square footage; foundation type; number of levels; and any letters of recommendation, performance evaluations and/or awards received. 3.Past record of performance on contracts with the Department of Veterans Affairs, Other Government Agencies, and Private Industry in terms of cost control, quality of work, and compliance with performance schedules. Completed Performance Questionnaires provided by references of projects submitted under Evaluation Factor 2 will be evaluated to determine client satisfaction. The Evaluation Panel may contact the references provided for the projects submitted. 4.Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. To be considered, the prime A/E firm must have an established working office within 200 miles of the project site. Preference will be given to consultants with working offices capable of performing all design work within 200 miles of project site. 5.Professional capacity of the firm in the designated geographic area of the project to perform the work (including specialized services). The evaluation will consider the availability of an adequate number of personnel in key disciplines. Preference will be given to prime A/E firm, joint venture or mentor-protégé with greater in-house capabilities. 6.Demonstrate success in prescribing the use of recovered materials, achieving waste reduction, energy efficiency, low energy building design and system integration in facility design. 7.Management Plan: ­Firm's Vision Statement ­Personnel Change Control ­Firm's Partnering Plan ­Project Management Plan (PMP) "Quality Assurance/Quality Control procedures "Risk Management "Scope Control "Cost Control "Schedule control "Customer Satisfaction 8.Small Business Participation - This factor shall be evaluated on the basis of whether offeror qualifies as a small or large business. Rating Standards and Definitions: The technical evaluation factors will be evaluated on an adjectival basis. Offerors are advised any strengths that are accepted by the government may be incorporated into the contract as the minimum performance requirement. "Deficiency" is a material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. "Weakness" means a flaw in the proposal that increases the risk of unsuccessful contract performance. A "significant weakness" in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance. AdjectiveDefinition Outstanding Exceeds all or almost all of the VA's requirements. Contains many significant strengths and no significant weaknesses. Contains extensive detail to indicate a thorough understanding of the requirements, with a low degree of risk in meeting the VA's requirements. Excellent Exceeds some and satisfies all of the VA's requirements. Contains many significant strengths and few significant weaknesses. Contains adequate detail to indicate an understanding of the requirements, with an overall low degree of risk in meeting the VA's requirements. AcceptableSatisfies all or almost all of the VA's requirements. Contains few significant strengths and few significant weaknesses, or contains no significant strengths or weaknesses. Contains minimal detail to indicate an understanding of the requirements, with an overall low to moderate degree of risk in meeting the VA's requirements. Marginal Satisfies some of the VA's requirements. Contains no significant strengths and few significant weaknesses or many significant strengths and many significant weaknesses. Contains minimal or no detail to indicate an understanding of the requirements, with an overall high degree of risk in meeting the VA's requirements. Unacceptable Fails to meet stated requirements and/or contains major errors, omissions or deficiencies which indicate a lack of understanding of the requirements or an offer which cannot be expected to meet requirements or involves a very high risk. These conditions can not be corrected without a major rewrite or revision of the proposal. Past Performance: The VA will assign an adjectival rating based on the information provided by the references and any other source. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance and will receive a neutral rating. However, the proposal of an offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government. The Evaluation Team may consider past performance data from a wide variety of sources both inside and outside the Federal Government. The Government evaluation team will conduct an evaluation based on past performance of offerors as it relates to the probability of successfully performing the solicitation requirements, and the Past Performance evaluation will assess the relative risks associated with an offeror's likelihood of success in fulfilling the solicitation's requirements. OutstandingThe Offeror's performance met contractual requirements and exceeded many requirements to the Client's benefit. The contractual performance was accomplished with few minor problems for which corrective actions taken by the offeror were highly effective. ExcellentThe Offeror's performance met contractual requirements and exceeded some requirements to the Client's benefit. The contractual performance was accomplished with some minor problems for which corrective actions taken by the offeror were effective. AcceptableThe Offeror's performance met contractual requirements. The contractual performance contained some minor problems for which corrective actions taken by the offeror were satisfactory. MarginalPerformance did not meet some contractual requirements. Performance indicated that there are some potential risks associated with the quality of work, timeliness of service, and contract performance. UnacceptablePerformance did not meet contractual requirements. The contractual performance reflected a serious problem for which the offeror has yet to identify corrective actions or the offeror's proposed actions appear only marginally effective or were not fully implemented. NeutralNo record of relevant present or past performance, or present and past performance information is not available. Small Business Participation - This factor shall be evaluated on the basis of whether offeror qualifies as a small or large business. a) Small Business: A proposal from an offeror that is a small business shall be evaluated on the following, listed in decreasing order of importance with the Service Disabled Veteran Owned Small Business receiving the maximum score. i)Offeror is a Service Disabled Veteran Owned Small Business. ii)Offeror is a Veteran Owned Small Business. iii)Offeror is a Small Business, regardless of category. b) Large Business: A proposal from an offeror that is a large business shall be evaluated on the following three subfactors, which are equal in importance. i) Offeror is a large business that includes one or more small businesses as part of a teaming arrangement. Offeror's proposal will be evaluated on the degree to which the teaming arrangement includes the following, listed in decreasing order of importance. (a) Service Disabled Veteran Owned Small Business. (b) Veteran Owned Small Business. (c) Small Business, regardless of category. ii) Subcontracting Plan - Offeror's proposal shall be evaluated on the degree to which offeror's subcontracting plan exceeds the goal set forth in the specifications, and includes the following categories, listed in decreasing order of importance: (a) Service Disabled Veteran Owned Small Business. (b) Veteran Owned Small Business. (c) Small Business, regardless of category. iii) Past Small Business Subcontracting Goals Performance - Offeror's proposal shall be evaluated based on the following, listed in decreasing order of importance. (a) The degree to which offeror exceeded approved subcontracting goals for all federal construction projects within the last three years. (b) The degree to which offeror met approved subcontracting goals for all federal construction projects within the last three years. (c)Provide an explanation for any goals not met. Interviews: The shortlist of at least three of the most highly qualified firms will be notified to make a presentation of no more than 45 minutes, which will be followed by 15 minutes of questions and answers. The attached "A/E Interview Form" will be used, which includes the following seven factors listed below. The VA will conduct individual and consensus interview evaluations. After the interviews, the Evaluation Board will evaluate the Consensus SF330 Rating and the Consensus Interview Rating to determine the Final Evaluation Rating in selecting the top three firms for negotiation. The Consensus SF330 Rating is more important than the Consensus Interview Rating. The following factors are equal in importance: 1.Team proposed for this contract - Part A 2.Team proposed for this contract - Part B 3.Management Plan - Part A 4.Management Plan - Part B 5.Management Plan - Part C 6.Sustainable Design 7.Understanding of the Project Instructions for Submittal: Pursuant to Federal Acquisition Regulation (FAR) 36.601-1, this notice serves as a public announcement for Architect Engineer services. No firm will be considered unless an application consisting of a completed SF 330, Part I and other evidence of experience and capabilities the applicant considers relevant is provided. A current SF 330 Part II, representing and differentiating among the personnel, experience and capabilities of all involved offices, must be included with the application together with current SF330 Part IIs for each proposed consultant's office involved. Six (6) hard copies and one(1) electronic copy on CD or DVD are required. The submittal package must be received no later than 3:00 PM (Pacific Daylight Time) on June 25, 2012, addressed to the Department of Veterans Affairs, Office of Construction and Facilities Management, Attention: Ronald Ferrer, Contracting Officer; 1175 Nimitz Avenue, Suite 200; Vallejo, CA 94592. Do not include any fee information in material submitted at this time. Submissions must be limited to a total of one hundred twenty (120) 8 ½" X 11" (letter size) pages, with no pull out or folded pages, a minimum 12 point type, with a minimum ½" margin all around and all pages numbered. A sheet of paper with any information and/or text on both sides will be counted as two pages. The 120 pages includes the cover letter, proposal letter, appendices, attachments, enclosures, index, table of contents, pictures, reference letters, charts, graphs, maps, flowcharts, schedules, models, additional information, text and graphics. Only the first 120 pages of the submission will be reviewed, if package exceeds 120 pages. Potential contractors will be selected in accordance with FAR 36.602. A site visit will be coordinated with the firms that are selected for interviews. It is recommend that the selected firm participate in a one (1) day pre-negotiation meeting in VA Central Office, Washington DC, prior to the start of contract negotiations. The top seven key personnel listed typically attend. Award of contract is dependent on the availability of funding. Completed Past Performance Questionnaires are also required from your references no later than 3:00 PM (Pacific Daylight Time) on June 25, 2012, either by mail, email to ronald.ferrer@va.gov or fax to 707-562-8348, attention Ronald Ferrer. Place of Performance: Portland VA Medical Center, 3710 SW US Veterans Rd, Portland, Oregon 97239 Contracting Office Address: Department of Veterans Affairs Office of Construction and Facilities Management (00CFM3B) 1175 Nimitz Avenue, Suite 200, Mare Island Vallejo, CA 94592 Point of Contact: For questions regarding contracting or the selection process, please e-mail Ronald Ferrer, Contracting Officer at ronald.ferrer@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10112R0099/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-12-R-0099 VA101-12-R-0099_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350090&FileName=VA101-12-R-0099-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350090&FileName=VA101-12-R-0099-000.docx

 
File Name: VA101-12-R-0099 PAST PERFORMANCE QUESTIONNAIRE_02.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350091&FileName=VA101-12-R-0099-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350091&FileName=VA101-12-R-0099-001.DOCX

 
File Name: VA101-12-R-0099 SUBCONTRACTING PLAN MODEL - FY12 GOALS.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350092&FileName=VA101-12-R-0099-002.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350092&FileName=VA101-12-R-0099-002.DOC

 
File Name: VA101-12-R-0099 AE INTERVIEW FORM - PORTLAND.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350093&FileName=VA101-12-R-0099-003.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=350093&FileName=VA101-12-R-0099-003.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: PORTLAND VA MEDICAL CENTER;3710 SW VETERANS HOSPITAL ROAD;PORTLAND, OREGON 97239
Zip Code: 97239
 
Record
SN02758410-W 20120527/120525234334-642a138c6d9c368741c461e70ff6c7eb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.