DOCUMENT
C -- 657-17-101JC, FCA-Renovate Operating Rooms and Support Spaces - Attachment
- Notice Date
- 1/31/2017
- 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
- VA25517R0227
- Response Due
- 2/15/2017
- Archive Date
- 5/16/2017
- Point of Contact
- Jessica Edwards
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 5 of 5 Synopsis: CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) 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 St. Louis VA Health Care System, John Cochran Division, St. Louis, Missouri. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the St. Louis VA Health Care System 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. 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 Jessica.Edwards7@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 $7.5M. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 105 calendar days 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 VAAR 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) 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: 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 shall be made electronically. Completed package shall be delivered electronically on or before 2/15/2017 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Jessica Edwards, Contracting Officer @ Jessica.Edwards7@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 Architect/Engineer A/E or Engineer Firm for a design completion to FCA- Renovate Operating Rooms and Support Spaces at the John Cochran (JC) Division in St. Louis, MO 63106. Description of work to be performed includes: Architect and Engineering ( A/E ) services are needed for design completion and construction period services for the construction project to Renovate Surgery and Support Spaces. Construction will include the demolition of four Operating Rooms, sterile (clean) core area, restrooms and other spaces in order to construct a new Hybrid OR, General OR, Urology OR, Clean Core and Support Spaces. Work includes demolition, infection prevention, structural, hazardous material abatement, carpentry, electrical, HVAC, plumbing, medical gas and others. The work to be performed shall include but is not limited to: SCOPE OF WORK The Prime contractor shall have the capability to 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: The specific disciplines which will be included 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.). Existing Conditions: The existing operating rooms were constructed in 1988 and do not contain a Hybrid OR and OR suitable for the installation of Hybrid OR equipment. The Hybrid OR is a recent modality with its usage growing quickly within and without the VA system. This OR will serve a large number of veteran patients with vascular and cardiac problems. Many of these cases are being fee based out to other medical centers currently. This OR will also receive a control room and equipment room. There are currently two dedicated urology procedure rooms; however, both have aging imaging equipment. Each has urology imaging equipment that is larger than what the original rooms were designed for in the early 1980s and this equipment along with all of the modern-day support equipment in towers, carts and stands, has rendered the rooms almost too small for use. One of these rooms is substantially difficult to provide optimum care and is therefore only used for overflow. With the recent creation of a minor urology procedure room in the surgery outpatient clinic some of the overflow is now done on the 1st floor. The creation of one large state-of-the-art-urology operating room within the main inpatient surgery suite with new imaging equipment will handle all of the inpatient urology cases in a properly sized room for patient safety and staff efficiency. Project Intent: Architect and Engineering ( A/E ) services are needed for design completion and construction period services for the construction project to Renovate Surgery and Support Spaces Construction will include the demolition of four Operating Rooms, sterile (clean) core area, restrooms and other spaces in order to construct a new Hybrid OR, General OR, Urology OR, Clean Core and Support Spaces. Work includes demolition, infection prevention, structural, hazardous material abatement, carpentry, electrical, HVAC, plumbing, medical gas and others. The design of this project has already been completed to roughly 95% of completion by SSC Engineering under another project number and contract. This is for the completion of design for bid documents and construction period services. The original project was Phase 2A of Project 657-11-109JC, Renovate Surgery for Hybrid O.R. and Lights. The 95% documents will be provided with this request for proposal. This includes drawings in pdf and edited specs in Word and construction estimate. This project is one project in multiple projects that constitute phases that are renovating most of the 4th floor of Building 1 at the John Cochran division for surgery related services. This project is planned to be done concurrently with Phase 3 of project 657-13-300JC, Renovate Operating Rooms, ED and Triage; which will occur in the space adjacent to and south of this project, 657-17-101JC. Some of the power, lighting, HVAC, plumbing, etc. span the areas of both 657-17-101JC and Phase 3 of 657-13-300JC, so close coordination of the drawings and specs is necessary. Industrial Hygienist Tasks for the work for Lead Abatement and Mold Remediation are included in this work order amendment. The study with sampling has been completed in the earlier stages of design on this project. These reports will be available to the A/E and IH for review. Note that the earlier investigation and sampling revealed no asbestos in this area that was constructed in 1988 but did reveal lead and mold The A/E will not be able to modify any of the existing floor plans for this project as these are already set and mesh with the surrounding surgery area. The A/E shall also use the same finishes and architectural scheme as in the existing 95% plans. Since this design is completing the final documents from another A/E the new A/E shall follow the design already in place for hazardous material abatement, structural, HVAC, electrical, plumbing, etc.; and only take it to completion. The A/E must cross reference the date on the existing edited specifications with the date on the current master specifications on the VA website http://www.cfm.va.gov/TIL/. Any specifications in the TIL website that are newer than those already edited by the previous A/E must be re-edited completely. Other specifications may be edited as needed from the already edited versions. The A/E must also know that the master specifications are upgraded on a continual basis and the Contracting Officer will require the newest specs to be edited up until the time the documents are advertised for bids. The A/E must assume that some specs will need to be edited after the final documents are delivered to the COR. All new equipment shall follow the most current VA master specifications and must be energy efficient per the latest VA guidelines. The A/E shall submit design plans, specifications, submittals schedule, estimates and other documentation in accordance with this document including all references and attachments, and all other solicitation documents. The construction work will be performed under a separate Firm-Fixed-Price contract awarded by the VA. As a result the Construction Documents must conform to the Probable Construction Cost Estimate and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site. The A/E will also participate in the VA-STLHCS pre-construction risk assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the A-E pursuant to, and inclusive of, the Construction Documents. The A/E must include the final ILSM/ICRA assessment document on the life-safety/infection prevention drawings. The life-safety document shall show details of how the contractor is to seal every penetration in 1-hour and 2-hour fire rated barriers and smoke penetrations. The infection prevention drawing shall show the proposed locations of negative air discharges, ante-rooms, manometers and other requirements of the ICRA. Structural support of equipment for gravity and seismic loads is included in the A/E scope of services. Design completion timeframe of 105 days after receipt of the Notice to proceed. 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 the resulting construction project is between $5,000,000.00, and $10,000,000.00. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 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 fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Qualifications (SF330) submitted by each firm for Project #657-17-101JC for VASTLHCS will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance : 1. TEAM PROPOSED FOR THIS PROJECT. 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. PREVIOUS EXPERIENCE OF PROPOSED TEAM. 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. LOCATION AND FACIILITIES OF WORKING OFFICES: 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., St. Louis, MO 63106. 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. 4. PROJECT CONTROL. Provide the plan on how management will control the design schedule and costs. How will the quality control reviews for each design discipline be conducted? How will coordination reviews between all design disciplines be conducted? Who conducts these quality control and coordination reviews? 5. CAPACITY TO ACCOMPLISH THE WORK. The general work load 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. 6. ESTIMATING EFFECTIVENESS. Provide information on the five (5) most recently awarded construction projects that were designed by this A/E team. Provide the project title, brief scope of work, A/E team s construction estimate total and actual construction award price. If the difference is greater than 10% explain why the A/E believes the difference was greater than 10%. If the team does not have any recent projects, provide the same information on projects that the prime A/E for this team was the prime A/E for the past projects. Provide the names, titles and experience of the persons that will perform the design for each discipline; and then has oversight of the entire estimate. 7. MISCELLANEOUS EXPERIENCE AND CAPABILITIES. For projects within the last five (5) years on each of the following: Provide information on projects that included surgery operating rooms where any A/E team member was a part of the design team. Provide the A/E team members experience with doing designs in Revit drawing software. Provide the A/E prime team member s experience with designing projects that must follow hospital infection prevention measures (ICRA) and interim life safety measures (ILSM). Provide the A/E team members experience with hazardous material abatement projects. 8. CLAIMS, TERMINATIONS AND LITIGATION. 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. Provide information on any litigation involvement of the past five (5) years and the outcome.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517R0227/listing.html)
- Document(s)
- Attachment
- File Name: VA255-17-R-0227 VA255-17-R-0227_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3243531&FileName=VA255-17-R-0227-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3243531&FileName=VA255-17-R-0227-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-17-R-0227 VA255-17-R-0227_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3243531&FileName=VA255-17-R-0227-000.docx)
- Place of Performance
- Address: St. Louis VA Medical Center;John Cochran Division;915 N. Grand Boulevard;St. Louis, MO
- Zip Code: 63106
- Zip Code: 63106
- Record
- SN04386596-W 20170202/170131235011-3754fa1fa2abf8346fffe5251f5fef3f (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 |