Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2016 FBO #5301
DOCUMENT

C -- Project 657-501 - Relocate and Upgrade Operating Room AND Project 657-343 - Add Structural Improvements to Building 42 - Attachment

Notice Date
5/27/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25516R0452
 
Response Due
6/17/2016
 
Archive Date
7/17/2016
 
Point of Contact
Sean P Jackson
 
E-Mail Address
6-1126<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Synopsis: An A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 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. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms located within a 350 mile radius of the Marion VA Medical Center, 2401 West Main Street, Marion, Illinois 62959. The mileage restriction is in compliance with VAAR 805.207(b). This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. Projects 657-343 - Add Structural Improvements to Building 42 and 657-501 - Relocate and Upgrade Operating Room Suite are being considered. It is the intent of the VA to award a single contract for both projects. 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 and other supporting information from qualified contractors that meet the professional and set aside requirements listed in this announcement. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded in August 2016. Award of any resultant contract is contingent upon the availability of funds. 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 sean.jackson@va.gov or vernon.hoobler@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $7.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 160 calendar days for project 657-343 - Add Structural Improvements to Building 42 and 394 days for project 657-501 - Relocate and Upgrade Operating Room Suite including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. 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 AAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.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. 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. 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) Description of work to be performed includes: Architect-Engineering services are required for Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, and all other related information for Projects 657-343 - Add Structural Improvements to Building 42 and 657-501 - Relocate and Upgrade Operating Room Suite. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) 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 must be bound in 3 ring binder) and two (2) CD copies. Completed packages shall be delivered to: Department of Veteran Affairs, NCO 15 Contracting Office, Attn: Contracting Officers: Sean Jackson and Vern Hoobler, Contracting office address: 3450 S.4th Street Trafficway, Leavenworth Kansas 66048 Packages are to be delivered on or before June 17, 2016 at 2:00 PM CDT Outermost envelope or packaging shall clearly identify Solicitation number and project. Information shall be submitted via commercial courier service, mail or hand carried deliveries. Telegraphic, email, and facsimile forms are prohibited. PROJECT INFORMATION: PROJECT 657-343 - ADD STRUCTURAL IMPROVEMENTS TO BUILDING 42: A. The AE shall furnish all services for a complete schematic design, design development, construction documents, bid documents, Technical Specifications, Cost Estimates, construction period services as, Site Visits, As-Built Documentation, and all other related information as outlined in the "AE Instructions" for project 657-343 - Add Structural Improvements to Building 42 at the Marion VA Medical Center. ? STATEMENT OF AE TASKS 1)Necessary site survey to include geo-technical survey, work such as verifying existing conditions, verifying record drawings, and verifying and analyzing utility systems shall be accomplished in conjunction with preparation of Schematic Design, and Design Development to Add structural improvements to Building 42 to bring the existing structure into compliance with the latest and most current seismic codes taking into account the demands created by the future phased two story vertical expansions with a helicopter pad on northeast section of the roof. 2)The support structure of Building 42 shall comply with the most current seismic code, and support the future two story vertical expansions if the existing lab area were to be demolished. 3)Given that the future vertical expansion projects may be done in multiple phases the current structure (with or without existing lab area) of Building 42 shall be reinforced in such a way that it will comply with the latest seismic codes and support the additional two story expansions regardless of how and where they are placed above the current structure. 4)Include structural supports for the small section located on the West side of Building 42 (see drawing: B-42 Additional Supports) that will allow for addition of two stories of floor space directly above area shown. 5)Future plans include a fully finished and occupied basement under Building 42; therefore, the design shall be versatile in such a way that new structural supports meet the demands of items 1 - 4 above regardless of space underneath Building 42 being a fully finished basement or in its current state. 6)Design shall allow for construction of this project to be accomplished in multiple phases; it is imperative to complete construction with the least amount of impact on the hospital services, patients, and staff. 7)Provide design options regarding structural supports for the existing roof in regards to relocating MEP equipment within Building 42 to roof. 8)Include bid deduct to rebuild existing CT support structure. 9)The AE will be required to attend in person (or Senior Delegate of AE) to pre-bid meetings, a pre-construction meeting, project construction meetings and a final inspection meeting. There will also be various construction site meetings that will require a representative of the AE. 10)AE will provide meeting notes and/or minutes for meetings and conference calls. 11)A-E shall design within funding limitations. AE shall coordinate cost control measures with COR to design within funding limits. Cost control alternatives shall be explored in Design Development (DD's). The AE is required by national VA directive to include at least a minimum of 20% bid deduction. 12)The A-E shall provide competent design and construction period services utilizing individuals who are adequately knowledgeable of the various design disciplines including but not limited to architectural and engineering of structural, mechanical, electrical, and special systems as required by the project. Changes in personnel from those who are proposed in negotiations, interviews, kick-off meeting, and/or A-E submission forms must be approved in writing. The registered individuals who will stamp the completed documents shall accomplish engineering design work. PROJECT 657-501 Relocate and Upgrade Operating Room Suite: 1)A. The AE shall furnish all services for a complete schematic design, design development, construction documents, bid documents, Technical Specifications, Cost Estimates, construction period services as, Site Visits, As-Built Documentation, and all other related information as outlined in the "AE Instructions" for project 657-501 Relocate and Upgrade Operating Room Suite at the Marion VA Medical Center. 2)Necessary site survey for work such as verifying existing conditions, verifying record drawings, and verifying and analyzing utility systems shall be accomplished in conjunction with preparation of Schematic Design, and Design Development for the creation of a second and third floor addition approximately 25,575 square feet of space on top of the existing ground floor. 3)The Second Floor addition will be interstitial space designed to contain all Electrical and HVAC equipment. The Third Floor addition will house the Operating Room Suite, and Post Anesthesia Care Unit (PACU). 4)Design shall consist of 4 Operating Rooms that meet the current VA Standard. 5)Provide a connecting link between the Third floor of the new addition and the Third floor of the existing Building 1. 6)Provide access from the Ground Floor of Building 42 to the new addition including elevators. Elevators shall be for common use. 7)Provide design option to exclude interstitial space above existing ground floor of Building 42 and provide Operating Room Suite and PACU on new Second floor of Building 42 including a connecting link between the new Second floor of Building 42 and the existing Second floor of Building 1. Design requirements from items 3, 5 & 6 shall be incorporated into design option. 8)Design options to include multiple concepts for the outline of the 25,575 square foot addition to existing Building 42. 9)Maintain continuity and flow between the Relocation of the Intensive Care Unit project. 10)Design shall include infrastructure for UPS power. 11)Design shall allow for construction of this project to be accomplished in multiple phases; it is imperative to complete construction with the least amount of impact on the hospital services, patients, and staff. 12)Design shall include coordination with the Illinois Historic Preservation Agency (IHPA). 13)Design to the Governments Guiding Principles for Sustainable Federal Buildings standards with verification by a Professional Engineering stamp and completion of the Guiding Principles Checklist. Architect is responsible for verifying that the construction meets the Guiding Principles for Sustainable Federal Buildings. 14)Full commissioning per the VA Whole Building Commissioning Process Manual as applicable to this building is required. All associated costs and labor (Commissioning agent(s), inspections/witnessing, and documentation) shall be the responsibility of the Architect. Provide detailed cost estimates associated with deduct alternates. 15) The AE will be required to attend in person (or Senior Delegate of AE) to pre-bid meetings, a pre-construction meeting, project construction meetings and a final inspection meeting. There will also be various construction site meetings that will require a representative of the AE. 16)AE will provide meeting notes / minutes for meetings and conference calls. 17)The A-E shall provide competent design and construction period services utilizing individuals who are adequately knowledgeable of the various design disciplines including but not limited to architectural and engineering of structural, mechanical, electrical, and special systems as required by the project. Changes in personnel from those who are proposed in negotiations, interviews, kick-off meeting, and/or A-E submission forms must be approved in writing. The registered individuals who will stamp the completed documents shall accomplish engineering design work. B. The AE shall provide cost estimation, project scheduling & phasing, bid period and construction period services as further described in the contract. Estimates shall have a full itemized line item breakout commensurate with the degree of design accomplished. At the Schematic Design phase, square foot estimates would be adequate. As the design progresses in detail, so the estimate would progress in detail. C. The AE shall provide construction bid documents in both hard paper copies and electronic format. Electronic format shall include Revit and Microsoft Word/Excel as well as PDF format for all. Final PDF of the construction drawings shall include the professional stamp. D. AE shall design construction to phase and coordinate work to minimize disruptions to medical center operations. Outages shall be minimized and temporary conditions planned to maintain critical utility systems. Suitable space/access for mechanical room equipment maintenance must be maintained throughout construction. To keep the number of outages to a minimum, group common work. Phasing of interruptions shall be clearly indicated on the construction documents. E. A-E shall design within funding limitations. AE shall coordinate cost control measures with COR to design within funding limits. Cost control alternatives shall be explored in Design Development (DD's). The AE is required by national VA directive to include at least a minimum of 20% bid deduction. F. Review AE Quality Alerts from the TIL. The A/E firm shall also be required to perform construction period services after award of the construction project contract. In accordance with FAR 36.204, the estimated magnitude of each of the resulting construction projects is between $5,000,000.00 and $10,000,000.00. There is no guarantee that either construction project shall be awarded. Award of construction projects is based upon available funding. Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1. 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 seventy (70) pages. Qualifications (SF330) submitted by each firm for Project 657-343 - Add Structural Improvements to Building 42 and 657-501 Relocate and Upgrade Operating Room Suite will be reviewed and evaluated based on the following evaluation criteria: 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. AE firms shall have licensed professional architects and engineers currently registered in the state of Illinois or in the state of which Illinois has recognized the engineering license. The specific disciplines which will be evaluated are Architects, Healthcare planner, Engineers (to include Civil, Electrical, Geo-Technical, Mechanical, and Structural), Estimators, and Project Managers. 2.Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 3.Capacity to Accomplish the Work: The general work load and staffing capacity of the design office 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: the past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished 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 will be examined. 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 mileage restriction is in compliance with VAAR 805.207(b). This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms more distant than 350 miles will receive a zero score for this criterion. 6.Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. 7.Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25516R0452/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-16-R-0452 VA255-16-R-0452_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2763992&FileName=VA255-16-R-0452-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2763992&FileName=VA255-16-R-0452-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04131570-W 20160529/160527233851-9a314db94fa1695626e729a6d04b6006 (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.