DOCUMENT
C -- VISN Wide Master Planning IDIQs - Attachment
- Notice Date
- 2/11/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Sierra Nevada Health Care System;975 Kirman Avenue;Reno NV 89502-2597
- ZIP Code
- 89502-2597
- Solicitation Number
- VA26117R0134
- Response Due
- 3/13/2017
- Archive Date
- 6/11/2017
- Point of Contact
- Megan Barr
- E-Mail Address
-
5-7154<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 21 is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330s for VISN Wide Master Planning and Study Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. The Government contemplates that a minimum of 5 contracts will be awarded as a result of this solicitation. Each contract will be for one basic year with a Government option to extend the term of the contract one year at a time, not to exceed five years total. Total amount for all work under each contract shall not exceed $5 million, the minimum guarantee and task order amount is $2,500 and the maximum task order amount is $1.5 million. The contract(s) will support the following VISN 21, VA Medical Facilities: VA Medical Center San Francisco, VA Palo Alto Health Care System, VA Northern California Health Care System, VA Central California Health Care System, VA Sierra Nevada Health Care System, VA Southern Nevada Health Care System, VA Pacific Islands Health Care System, VA Regional Office and Outpatient Clinic (Philippines) and all of their remote facilities. The applicable North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the small business size standard is $15 Million. Since multiple awards will be made as a result of this announcement, the selection of contractors and placement of task orders shall be consistent with Subpart 36.6. The contract(s) will be for the following services: development of medical facility/healthcare system strategic master and concept plans, life safety evaluation, review and consultation, environmental studies, seismic studies and certifications, Minor and NRM project consultation and assistance services to Medical Centers in preparation of pre-solicitation documents, to include, scope of work preparation (sow), cost estimates, concept drawings, and schedules. Strategic capital master facility and/or VISN wide plans will span a five to ten year lifecycle to include planned or recommended functional changes resulting in Major and Minor construction proposals, significant Non-Recurring Maintenance projects that affect space utilization and any recommended functional relocations. In addition, all recommended significant technical (physical plant) projects or upgrades shall be reflected in the Five Year Plan. A/E shall prepare site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services & reports, attend site visits, validation of clinical program workloads and related data (VA provided or other healthcare market analysis). The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Structural, HVAC, Plumbing, Electrical, Fire Life Safety, Security, IT/Data, Construction Cost Estimating, Landscaping and Geotechnical, SHPO, Hazardous Material and Biological Assessments, Environmental Assessments, and Pre-Solicitation Consulting experience. This procurement is a total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-disabled veteran-owned small business (SDVOSB) under the Veterans First Contracting program has the same meaning as service-disabled veteran-owned small business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under the Veterans First Contracting Program. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in Veterans Information Page (VIP) as a verified to be considered for this procurement. Offers from unverified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VIP at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. This notice serves as the Governments call for Standard Form (SF) 330s from interested SDVOSB Architectural/Engineering (A/E) Firms concerns. Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF 330 package via e-mail to Megan Barr at megan.barr@va.gov by 3:00 pm PT March 13, 2017. SF 330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. The Government will evaluate SF 330 s received in response to this notice to identify at least (5) of the most highly qualified SDVOSB firms to perform the required services. The Government will then hold discussions/interviews with the most highly qualified SDVOSB firms based on the following evaluation factors. The following evaluation criteria, listed in descending factor order of importance and weight, will be used for both the SF 330 evaluation and when conducting discussions/interviews. Sub-factors when combined represent the overall score for the factor. Factor 1: Professional Qualifications (35 pts) Subfactor 1A - Professional qualifications necessary for satisfactory performance of A/E services necessary to complete the type of work required (20 pts) Subfactor 1B Reputation and standing of the firm and its principals with respect to professional performance, general management, and cooperativeness (10 pts) Factor 2: Specialized Experience and Technical Competence (25 pts) Subfactor 2A - Specialized experience and technical competence in facility planning in a hospital environment - including space planning, project planning, site planning, master planning, workload projections, Strategic Capital Asset Planning, SEPS, Biological assessments, environmental assessments, life safety reviews, State historic preservation & section 106 and Section 110 successful compliance and processes (last five Section 106/110 projects), Seismic studies, Pre-solicitation consultation- to include development of Independent Government Cost Estimates (IGCE s), technical Specifications, and Development of VA specifications for projects, and Hazardous materials assessments - Mold and asbestos inspection (15 pts) Subfactor 2B - Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team (10 pts) Factor 3: Capacity to accomplish the work in the required time (20 pts) Factor 4: Past Performance (15 pts) Subfactor 4A - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (10 pts) Subfactor 4B - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (5 pts) Factor 5: Location (5 pts) Location in the general geographical area of the VISN 21 facilities and knowledge of the locality of the facilities; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. The evaluation board will prepare a selection report recommending at least five firms, in order of preference based on the combined SF 330 and discussion/interview score, that are considered to be the most highly qualified to perform the required services. The selection authority shall review the recommendations of the evaluation board and shall, with the advice of appropriate technical and staff representatives, make the final selection. This final selection shall be a listing, in order of preference, of the firms considered most highly qualified to perform the work. If the firm listed as the most preferred is not the firm recommended as the most highly qualified by the evaluation board, the selection authority shall provide for the contract file a written explanation of the reason for the preference. All firms on the final selection list are considered selected firms with which the contracting officer may negotiate in accordance with FAR 36.606, beginning with the most preferred firm in the final selection. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The Contracting Officer will then initiate negotiations with the next firm on the final selection list. If negotiations fail with all selected firms, the contracting officer shall refer the matter to the selection authority who, after consulting with the contracting officer as to why a contract cannot be negotiated, may direct the evaluation board to recommend additional firms in accordance with 36.602. Questions regarding this procurement should be directed, in writing, to the Contracting Officer Megan Barr via E-mail at megan.barr@va.gov. It is the intent of the Contracting Officer to make five firm-fixed price contract awards under this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/VA26117R0134/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-R-0134 VA261-17-R-0134_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3272050&FileName=VA261-17-R-0134-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3272050&FileName=VA261-17-R-0134-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-R-0134 VA261-17-R-0134_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3272050&FileName=VA261-17-R-0134-001.docx)
- Record
- SN04399565-W 20170213/170211233128-2300ade9f5d3101b3aed76ce4c382cc8 (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 |