Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
DOCUMENT

C -- Nationwide Architect-Engineer IDIQ Contract For Department of Veterans Affairs VBA Office of Facilities (20M) - Attachment

Notice Date
2/21/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
36C10E18R0111
 
Response Due
4/9/2018
 
Archive Date
7/8/2018
 
Point of Contact
John A. Player
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD INTRODUCTION: This is a Pre-Solicitation Notice for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract that is being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), Federal Acquisition Regulation Part 36.6, VA Acquisition Regulation 836.6 and Public Law 109-461. Pursuant to 38 USC 8127(d), competition is restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, as there is a reasonable expectation that two or more offers from SDVOSB firms will be received as a result of this notice. This announcement is NOT a request for proposal. NO solicitation package will be issued until after an evaluation has been made on the submitted SF 330s. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. CONTRACT INFORMATION: The Department of Veterans Affairs (VA), Veterans Benefits Administration, Office of Facilities is seeking to acquire AE Design, Construction, Historic Preservation and other Design Services that follow all local, federal and state regulations and guidelines. These services are essential for the Veterans Benefits Administration (VBA) to provide high quality and cost effective facilities in support of our nation's Veterans. The Government will award a nationwide indefinite-delivery indefinite quantity (IDIQ) Task Order Contract (TOC) to those firms that are determined to be the most highly qualified in response to this notice. The period of performance of the contract will be for a one-year base period and four (4) one year option periods. The Office of Facilities has the chief responsibility to maintain facilities across the country, including the alteration, modification and repair of VBA Regional Offices and their associated Outbased locations in the continental United States, Alaska, Hawaii, and Puerto Rico. The resultant IDIQ contractors shall be required to perform A/E services coverage for these areas. However, there is no guarantee that services will be required in all these areas. The VA anticipates awarding up to seven (7) Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside IDIQ AE contracts for work. Fixed-Price (FFP) contracts will be negotiated and awarded for a base period of one (1) year plus four one (1) year option periods. The amount of the contract awarded to each SDVOSB firm will have a total contract capacity of $5,000,000 over the life of the contract. The minimum guarantee amount shall be $25,000 for each awarded IDIQ contract. The contract is anticipated to be awarded in 2018 and completed in 2023. AE services will be acquired by the issuance of Task Orders against this contract for work nationwide. In accordance with FAR 52.216-19 - Order Limitations, the minimum order shall not be below $1,000.00 and the maximum single order shall not be greater than $1,000,000.00. If remaining capacity falls below $1,000.00, the Government will consider the contract complete. The North American Industrial Classification System (NAICs) codes for this acquisition are Architect or Architect/Engineer firms with an approved NAICS Code of 541310 Architectural Services, with a small business size standard of $7,500,000.00 in average annual receipts and 541330 Engineering Services, with a small business size standard of $15,000,000.00 in average annual receipts. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) database. Representations and Certifications must be completed electronically via this site. Register via the SAM Internet site at www.sam.gov or by contacting the SAM Customer Service at 1-866-606-8220. Firms must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status and ownership and control sufficient to establish appropriate status. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz.gov at the time SF 330s are submitted, when the proposal is received as a result of the solicitation issued to the most qualified firm, and on the date of contract award will result in the offeror s proposal and SF 330 being deemed not acceptable. All offerors are urged to contact the CVE and submit the required documents to obtain CVE verification of their SDVOSB status if they have not already done so. Quality Control Plans will be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of the work). Also, in accordance with Executive Order 13658, the minimum wage for certain federal contractors is $10.20 per hour as of January 1, 2017. 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. PROJECT INFORMATION/STATEMENT OF WORK: A/E and Related Professional Services. Contractor to provide professional A/E services, to include planning, design and construction period services on various facility projects for construction, maintenance and/or repair of infrastructure and real property. Projects may be single-discipline or multi-disciplinary in nature including, but not limited to, performance of various studies, archeological, environmental and historical planning (NEPA and Section 106), architectural, interior design, civil, electrical, landscape, mechanical, plumbing, structural, industrial hygiene, cost estimating, master planning, fire protection, materials testing, security system designs, building information modeling (BIM) or other related professional services. The A/E firm shall have either in-house or through consultants, licensed/registered professionals in the following disciplines (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental; (7) Landscape; (8) Value Engineering; (9) Cost Estimator; (10) Scheduler; (11) Risk Analyst; (12) Fire Protection; (13) Historic Preservation; (14) LEED or GREEN Globe Certifier and (15) Quality Assurance/Quality Control (16) Construction Administration (17) Historical Preservation designs. The designs may be for new facilities as well as renovation and remodel, including infrastructure upgrades. Studies. Various type of studies that may be required include, but are not limited to, program development, scope of work (SOW) development, planning, environmental impact statements, feasibility studies, geotechnical investigations, project investigations to identify conditions and alternatives followed by a report of findings, recommendations and cost estimates; life cycle cost analyses; various capacity studies (i.e. water, sewer, electrical, traffic, etc.); Section 106/NEPA studies, etc. Schematics/Design Development. Schematic and design development includes, but is not limited to, Concept and scope development Space planning using Space Planning VA Criteria, and VA Space Equipment Planning Space program analysis and validation Concept site surveys Feasibility studies, research, testing, defining the work and presenting information required for project design. The Contractor shall provide a preliminary evaluation of the project scope, schematic drawings, schedule, and construction budget. Schematic design Design, drafting, and planning services for renovation, demolition and alterations to existing facilities, interior design, and space planning Alternative approaches to design and construction are to be investigated during this phase. Design development documents include, but are not limited to, drawings and other documents that fix and describe the dimensions and characteristics of the project. Architectural, civil, structural, mechanical, electrical systems (including various low-voltage systems), and other elements are included as appropriate. Business Case Development and Preliminary Estimates. Assist with Business Case (BC) development and other requirements to support the DVAs capital asset management processes. Preliminary cost estimates shall have a level of detail commensurate with the scope of the project and shall be developed in accordance with DVA program guidelines. Construction Drawings and Specifications. Contract drawings and specifications include, but are not limited to, full Architectural- Mechanical-Electrical construction documents, interior design and finish plans, design narratives, design analyses to include assumptions and calculations, production of plans, specifications, detailed construction cost estimate(s) in current CSI format (incorporating history of similar projects in the region if possible), submittal log and other documents required for award of a construction contract. Specifications shall be provided in the current Department of Veterans Affairs Master Specifications (PG-18- 1) Sustainable design requirements supported by the DVAs policies and federal mandates in accomplishing lifecycle management and high performance building management in areas such as: energy efficiency, low-impact development, materials selection, renewable energy, site selection, transportation, and water efficiency. Conformance of designs to Green Globes and LEED initiatives, as required. All design documents will be thoroughly and completely cross-checked between disciplines, between documents and against the intent of the SOW. The specification and drawings have been cross-checked between discipline categories (architectural, structural, mechanical, electrical, etc.). Specifications have been cross-checked against drawings and drawings against specifications. Specifications and drawings have been cross- checked back to the solicitation SOW to verify the intent of the SOW is fully met. Contract Award Assistance. The A/E will provide technical review services during the bidding process to review all questions from prospective bidders. The A/E will provide technical review and support during the technical review of the prospective bidders. The A/E is expected to participate in the technical review of each of the prospective bidders. The A/E will provide technical support and feedback during the negotiations of the potential selected bidder including but not limited to the evaluation of any technical information and cost. The A/E will be part of the evaluation panel for best value, will look at technical and past performance, and provide rating. The primary task that the A/E will need to provide during negotiations involvement is to provide support on the technical analysis and negotiation of the cost proposal from the potentially selected contractor. The A/E will plan to participate face-to-face in the kick-off meeting. Award assistance including timely Request for Information (RFI) responses during the project solicitation phase and cost/price analysis. Construction Period Services. These services include, but are not limited to, review of construction submittals, responding to requests for information (RFIs), conducting pre-award and post-award site visits, various inspections as necessary for the project, cost estimate for contract changes, analysis of proposals for contract changes, value engineering reviews, project management, and preparation of record drawings. Building Information Management (BIM) Systems. As may be required by the specific project, the A/E shall be responsible for providing Industry Foundation Classes (IFC)-compliant BIM documents and BIM management as outlined in the VA BIM Guide (TIL). Construction Project Cost Estimates. Construction project cost estimates shall be developed for each project. Construction estimates shall also be required for each contract change encountered during the course of construction. Construction estimates shall be developed in accordance with the DVA s cost estimating manuals, formats and models located in the TIL, as well as use of historic information regarding building in the specific location/market of the project. This includes use of adequate multipliers to account for use of small businesses (i.e. Service Disabled Veteran Owned- and Veteran Owned- small businesses), profit, and other overheads. Inspection and Testing Services. The A/E shall provide technical services for the inspection of construction and the testing/inspection of materials as required for the project. Construction work may be performed by the DVA or by various construction contractors. A report of findings for each inspection of work and/or testing/inspection of materials will be provided to the COR. Schedule/Delay Analysis. During the course of any construction project there is potential for contract changes and/or schedule delays. To accurately assess the effect of the change and/or delay on the critical path of the project and assign responsibility for that delay and analysis of what actually transpired must be conducted. The A/E shall be fluent in the various forms of schedule or delay analysis, including, but not limited to, bar charting, critical path method (CPM), program evaluation review technique (PERT), and line of balance method. When performing a schedule or delay analysis, the A/E shall recommend the most appropriate method(s) of analysis for the CORs concurrence. The A/E shall also prepare project schedules and phasing plans to be incorporated into the bid set. Commissioning. The A/E shall be responsible for providing the services of a Commissioning Agent as may be required by the specific project to document project requirements, prepare design narratives, review design documents, review contractor submittals, develop pre-functional checklists, system functional tests and procedures, system manuals, verify and identify training requirements for operations personnel. Commissioning required may range from individual systems to entire buildings as described in the Whole Building Commissioning Process Manual found in the TIL. Construction Management. As may be required by the specific project, the A/E shall be responsible for providing certified construction managers (CCM) to manage construction of a project from inception to completion for the purpose of controlling time, cost and quality. Construction management services include, but are not limited to: participation in all construction meetings (including the pre-construction meeting) and site visits; day to day construction monitoring and inspection to include daily construction progress reports, safety reports, preparation of requests for proposal, and evaluation of contractor performance and progress; assisting in determining the amounts due the contractor for subject part of the project; provide recommendations on claims, disputes and other matters in question between the DVA and the contractor relating to the execution or progress of contractor s work; assisting the DVA in determining whether the DVA shall reject contractor s work which doesn t conform to the contract documents or whether additional inspection or testing is required; review, approve, and/or take other appropriate action upon and forward to the DVA for final disposition, contractor s submittals such as shop drawings, product data, and samples; advise the DVA in preparing change orders for the DVA s approval and execution in accordance with the contract documents, recommend DVA minor changes in the scope of construction/installation work not involving an adjustment in the contract sum and/or extension of the contract time which are not consistent with the intent of the contract documents, and modify construction documents or submit new construction documents as required by DVA to allow full documentation, resolution and accurate pricing of change orders; assist in conducting testing and inspections to determine the date or dates of substantial completion and the date of final completion, generate punch list with explanations of found deficiencies and/or omissions in work and recommended corrective, and review and approve, or take other appropriate action on test reports and punch list items to be completed or corrected by the contractor; assist in the review of, and recommend to the DVA acceptance or rejection of records, certificate or written and related documents required by the contract documents and assembled by the contractor; during close out of the project, the A/E shall issue an official certificate of approval and acceptance of the contractor s work, certifying that the contract document requirements have been satisfied, workmanship is professional and at an acceptable level, submittals and other contractor supplied documents are in order and stamped approved, and that full payment of the contractor is warranted; prepare and submit AS-BUILT drawings as developed from contractor s red-lined as built. Independent Design Reviews. As may be required, perform independent design reviews of various projects for compliance with DVA requirements and for bidability, constructability, operability and environmental compliance. Independent design reviews may be requested at various stages throughout the design phase up to and including the final 100% construction document package. Facility Condition Assessment. Work in a multi-disciplinary team of architects and engineers, working in close conjunction with facility engineering staffs to providing valuable facility wide capital plant evaluations and assessments of their various systems and equipment for each facility identified by building, system, and condition. Each system has an associated cost for identified repairs and replacements to enable the DVA to plan, manage, and direct capital resources against identified needs in a consistently managed approach across the DVA system. Joint Commission Compliance Assistance. Assist DVA with identification of specific design issues to meet life safety and other national requirements. Assist in project schedule phasing requirements and phasing impact items. Activation Assistance. The A/E shall be prepared to support the DVA in identifying, planning, managing, and executing the logistical and operational requirements to bring a new facility or facility modifications into full operation. Conduct all necessary initial outfitting, transition and activation (OIT&A) pre-planning activities as required. General Engineering Support. Provide qualified engineering disciplines to assist DVA with general engineering support as required. Furniture, Furnishings & Equipment Planning. The Furniture, Fixture, and Equipment (FF&E) Plan shall be of sufficient programmatic and technical detail as to permit DVA to successfully solicit and award a contract for new FF&E for the renovated areas at various facilities through the Federal Acquisition Regulation (FAR) and Department of Veterans Affairs Acquisition Regulation (VAAR) procurement process. The plan shall utilize VBA standard workstations. The A/E shall prepare a budget estimate for the new furniture procurement. Survey and Mapping. The A/E shall be prepared to provide surveying and mapping services as may be required for a project. Construction quality assurance/quality control (QA/QC). Provide on-site quality assurance and control through witnessing performance tests of various types of structural, electrical, HVAC equipment, elevators, sprinkler systems, fire alarm, communication systems and other systems integral to a fully operational building system. Prepare reports associated on-site inspections or analyses of test reports, review of submittal material, and evaluation of contract modifications, cost estimates, daily logs, and preparation of request for information (RFI). Monitoring return of submittals and other duties assigned by the Project COR. Prepare reports associated with on-site investigations of material, equipment and systems components, test performance and operation in compliance with contract requirements. The Contractor shall provide test reports or product literature responses, cost estimates, review of product submittals, daily logs, review of certified payroll statements will be completed within 5 workdays of receipt of product literature or inspection reports or at such intervals as directed by the Contracting Officer. Other. Additional services that may be required include, preparation of designs, plans, drawings, life-cycle cost analysis, construction cost estimates, project specifications; fact-finding studies, surveys, investigations, other professional A/E services not necessarily connected with a specific construction project; and supervision/inspection of projects under construction. SELECTION CRITERIA Firms will be selected for award based on the Brooks Act and FAR 36.6. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unacceptable based on the risk to the Government that the offeror will successfully perform the factor being evaluated. Award will be made to the firms determined to be most highly qualified. Information for each factor should be submitted for the office and/or employee performing the work in response to this announcement. The technical evaluation factors are of equal importance and the sub-factors are of equal importance within the factor. Technical Capabilities Primary Key Personnel and Consultant Qualifications Key Personnel: Key personnel are required to be licensed, registered, and/or certified in the discipline for which they are filling. Resumes for qualified personnel should be presented in Section E of the SF 330 for the following key personnel: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, fire protection engineer (registered with evidence of successful completion of Fire Protection Examination), geotechnical engineer, land surveyor, historical preservation engineer, and environmental engineer. Resumes shall be provided for other key personnel as follows: project manager, interior designer, cost estimator/engineer, value engineer, scheduler, risk analyst, landscape architect, medical equipment planner, and space planner. Appendix I, Primary Key Personnel and Consultant Qualifications, provides the qualifications required for the key personnel. Registration or certification for all is encouraged. All key personnel shall be shown on the organizational chart. The evaluation will take into account performance of key personnel. The offeror must provide the information requested at paragraphs (a), (b), and (c) of this section for technical qualifications evaluation or affirmatively state that it possesses no relevant, directly related, or similar qualifications. The offeror agrees to assign to the contract those persons whose resumes, personnel data forms or personnel qualification statements were submitted as part of the proposal. No substitution or addition of personnel shall be made unless the following procedure is used: If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding thirty (30) 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 fifteen (15) days prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes shall have qualifications that are equal to or higher than the qualifications of the person being replaced. Key Personnel Professional Qualifications: Submit a matrix of proposed design team(s), including alternatives, that contain the following data about the members assignment: member s name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: Bachelor of Science, mechanical engineering), state(s) of professional registration, number of years of professional experience, and number of years with the firm. Also, for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years. Specialized and Technical Experience: Using the tasks described at Paragraph 2: Project Information/Statement of Work, provide a description of relevant, recent projects, with clients, for which the team members provided a significant technical contribution. Additionally, indicate which projects the key personnel worked together as a Team. Work on these projects must have been in the last five years. Membership or certifications and accreditations: Provide a list of membership or certifications and accreditations for key personnel. Examples of these associations are the following: American College of Healthcare Executives (ACHE); The American Academy of Healthcare Interior Designers (AAHID); American College of Healthcare Architects (ACHA); American Society of Healthcare Engineers; Evidence-based Design Accreditation and Certification (EDAC) from CHD, Green Building Certification Institute (GBCI), International Facility Management Association (IFMA), National Council for Interior Design Qualification (NCIDQ); Planetree Visionary Design Network (VDN); U.S. Green Building Council s Leadership in Energy and Environmental Design (LEED) Green Building Rating Systems. Past Performance: Provide a minimum of three but no more than five examples of similar work for each task group listed within the Paragraph 2: Project information/Statement of Work, (except Task Group 3 Technical Expertise/Studies for which you may provide up to seven examples) completed in the past ten years (projects under construction may be included). Include as a minimum, a description of the work (including role played), the project size, cost, type of contract (e.g. task order) and duration. Additionally, provide a tabular listing of all excellent performance ratings and letters of commendation from both private and Government clients, including VA (designate your role: prime, consultant or joint venture partner). These ratings should include the following data: current client contacts, project due date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). Interested firms must list on the SF 330, Part II, block 10, the type, amount and dates of all fees for relevant A/E Services awarded and negotiated with awards between 2006 and the present. Firm s Professional Qualifications: The qualifications must demonstrate reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.   Firms shall provide qualifications that are relevant and recent to the work within the past five (5) years Paragraph 2: Project information/Statement of Work Task Groups. In addition to this information, the firm shall provide the following: Current IDIQ Contracts and task orders issued to the firm including total capacity Sustainable design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. Volume: Volume of work previously awarded to the firm by the Department of Veterans Affairs. Interested firms must list in block 11 of the SF 330 the amount and dates of all VA fees for A/E Services awarded and negotiated with awards pending between 2006 and the present. Awards received by the firm Describe the firms' experience with specification writing software Describe the firm s experience with Building Information Modeling (BIM) in developing projects from its initial conception through completion of documentation. Location (Geographic Proximity): Successful firms will have strong demonstrated ability to provide services nationwide. Provide a list of relevant projects completed by the firm or joint venture partners and appropriate subcontractors in the past five years (projects in construction can be included) that demonstrate the firm s ability to provide services across a very large geographic area. Provide appropriate information on Part II of SF 330 for all Branch offices which may be supporting task orders issued under this contract. Service Disabled Veteran Owned Small Business Participation: The Service Disabled Veteran Owned Small Business must include with the proposal, a summary of how the offeror plans to comply with performing at least 50% of the effort in accordance with VAAR 852.219-10(c)(1). This should include what key personnel, by discipline, are proposed to be employees of the firm, and those that may be provided by subcontractors. The 50% performance summary will be evaluated on the extent to which the proposal demonstrates conforming to the limitations in subcontracting (performing at least 50% of the project) in terms of the total value of the acquisition, including options and the realism of the proposal to meet the proposed performance. Capacity: The A/E shall demonstrate it has the necessary capacity to accomplish task order work required over the base year and any option years exercised. The A/E shall provide details of all of its current work (public/private) including the duration of the contracts, and how it anticipates on taking on additional work required by CFM. Additional Factors: In addition to the factors stated above, the Government shall also consider the following factors in accordance with VAAR 836.603-1(b): (1) reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; (2) the record of significant claims against the firm because of improper or incomplete architectural and engineering services; and (3) specific experience and qualifications of personnel proposed for assignment to the project(s) and their record of working together as a team. APPENDIX I Primary Key Personnel and Consultant Qualifications All key personnel shall have the ability to communicate and effectively demonstrate satisfactory expertise in their individual architectural and engineering disciplines. All key personnel identified by the contract shall meet the qualifications listed below. The performance of key personnel, during the term of the contract, shall be acceptable to the Contracting Officer. Should an individual performance be found unacceptable to the Contracting Officer, the contractor shall replace this individual who meets the qualification listed below. Senior Project Manager Senior Project Manager shall be a registered architect or engineer, expertise in advanced contract administration, cost and pricing, specifications, materials and management of architectural, structural, mechanical electrical and civil engineering services, have a working knowledge of US building codes, scheduling and state of the art methods associated with medical facility construction. Regional Project Manager(s) The Regional Project Manager shall be a registered architect or engineer, expertise contract administration, cost and pricing, specifications, materials and management of architectural, structural mechanical, electrical and civil engineering services, have a working knowledge of US building codes, scheduling, and state of the art methods associated with medical facility construction. Architect(s) Shall be a registered architect, with experience as a design architect, medical facility design experience, a Bachelor s Degree in architecture, a working knowledge of the Uniform Building Code (UBC), Life Safety Code (NFPA 101), Uniform Federal Accessibility Standards (UFAS), The Americans with Disability Act (ADA), and OSHA and ASTM standards. Civil Site/Sanitary Engineer(s) Shall be a registered professional engineer with civil sanitary design experience, a Bachelor s Degree in civil engineering, experience in site development, utility design, design of roadways, pavement, cost estimating and landscaping, a working knowledge of UFAS, ADA, National Environmental Policy Act regulations EPA, Federal Water Pollution Control Act, and National Pollutant Discharge Elimination System (NPDES). Electrical Engineer(s) Shall be a registered professional engineer with electrical design experience, a Bachelor s Degree in electrical engineering, design experience in power distribution systems, emergency power, lighting, fire alarm and communications systems for health care facilities, and working knowledge of the latest editions of the National Electrical Code (NEC), NFPA 72, NFPA 99 and 101. Mechanical Engineer(s) Shall be a registered professional engineer with mechanical design experience, a Bachelor s Degree in mechanical engineering, design experience in mechanical/plumbing requirement for healthcare facilities. A working knowledge of the latest editions of NFPA 99 and 101, American Society of Heating, Refrigeration, and air conditioning Engineers (ASHRAE) standards, American Society of Mechanical Engineers (ASME) standards, American National Standards Institute (ANSI) standards, ASTM, UBC, and Underwriter s Laboratories, Inc. (UL) ratings. Structural Engineer(s) Shall be a registered structural engineer with experience in structural design of both vertical and horizontal construction. Shall have a Bachelor s Degree in Civil Engineering. Shall have design and analysis expertise in concrete, structural steel, timber construction, cost estimating, value engineering, masonry, foundations, lateral load, both wind and seismic. Have a working knowledge of structural and building codes and design manuals including the latest editions of ACI 318, AISC, and UBC, Standard Building Code, BOCA, AWS and CRSI handbook. Transportation Engineer(s) Shall be a transport designer with experience as transport designer. Shall be knowledgeable in all phases of materials handling, automatic transport systems, specifications and costs. Shall have a Bachelor s Degree in engineering or health care, industrial management or related field. Cost Estimator(s) Shall be a cost estimator with cost estimating experience, a Bachelor s Degree in architecture or civil engineering, on building construction. Shall be knowledgeable in all phases of both vertical and horizontal construction, value engineering, materials, finishes, major building systems, and medical facility development. Interior Designer(s) Shall be an Interior Designer or a registered architect with experience in all phases of interior architectural design for health care facilities: planning, programming and coordination, space planning, interior materials and finishes, and signage; and a Bachelor s Degree in interior design. Shall have a working knowledge of FSA/VA standards, Federal Supply Schedule and other procurement sources. Construction Inspection / Specifications - Shall have experience in construction, renovations, engineering systems such as structural/electrical/mechanical/plumbing/ and utilities. Shall have a Bachelor s Degree in architecture or engineering, or building construction. Environmental Engineer(s) Shall be an environmental engineer with experience in industrial facilities and hazardous waste. Shall have a Bachelor s Degree in environmental science. Shall have a working knowledge of OSHA, RCRA and CERCLA and the National Emission Standards for Hazardous Air pollutants, National Environmental Policy Act regulations (NEPA), Federal Water Pollution Control Act, and National Pollutant Discharge Elimination System (NPDES), pollution standards for, soil, waste, lead and asbestos sampling. Historical Preservation Shall be a historical preservationist with experience in restoration, rehabilitation and renovation of historic structures. Shall have a Bachelor s Degree in architecture and be a registered architect. A working knowledge of rehabilitation guidelines, historic registers, materials, cost estimating and specifications is required. Fire Protection Engineer Shall be a registered fire protection engineer with experience in each of the following areas: (1) application of National Fire Protection Association (NFPA) Codes and Standards and the model building codes; (2) design and review of automatic sprinkler and firm alarm systems including shop drawings and hydraulic calculations; (3) design of health care facilities; and (4) acceptance (4) acceptance tests of fire protection systems. Space Planner(s) Shall have a Bachelor's Degree in architecture, healthcare or business administration, or related fields; experience in facilities space management, knowledge of space utilization and facilities management, workload analysis, budgetary practices and principles. The Space Planner must have a demonstrated ability to develop, establish and control methods, procedures and systems to optimize effectiveness of facilities utilization and management, long range planning for facilities projects, scheduling work projects, monitoring work in progress, and inspection of finished projects. SUBMISSION REQUIREMENTS: Firms are invited to respond to this announcement by providing one (1) electronic submittal package including an original SF 330, Parts 1 and 2, for the prime and an SF 330 for each subcontracted consultant proposed. Please include the firm s DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Submit qualifications and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. Acceptable Electronic Formats (Software) for Submission include: Files readable using the current Adobe Portable Document Format (PDF). When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files); Files in Adobe PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer; SF 330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. Please note that we can no longer accept.zip files due to increasing security concerns. Facsimile or electronic transmissions will not be accepted. It is anticipated that the seven most highly rated firms based on the technical review of all of the SF 330 s received will be invited to provide oral presentations. A solicitation will only be issued to the most highly qualified vendors after oral presentations have been concluded and evaluated. Personal visits to discuss this announcement will not be entertained or scheduled. Selection shall be in order of preference from the firms considered most highly qualified. Questions may be directed only by e-mail to john.player2@va.gov In accordance with FAR 36.209 Construction Contracts with A-E firms and 36.606 (c), all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that ultimately designs this requirement. The SF 330s are due on April 9, 2018 at 2:00 PM (CT). Submittals received after this date will be considered late. Firms should send submittal packages to: john.player2@va.gov, who may be reached at (267) 838-3997. Note 1: If combining two or more companies in a joint venture (JV) for this requirement, then include each company's role under Part I, Item H of the SF 330. If the JV partners have never worked together on similar jobs, so indicate. The JV will be evaluated as one. The experience of each JV partner will be evaluated based on each partner's role in cited past projects and in the proposed JV role for this project. To identify the JV, provide the DUNS number for each entity and the JV entity. Additionally, submit a signed JV agreement. Failure to submit a signed copy of the JV agreement will result in the JV's submission being excluded from consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/36C10E18R0111/listing.html)
 
Document(s)
Attachment
 
File Name: 36C10E18R0111 36C10E18R0111.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4099292&FileName=36C10E18R0111-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4099292&FileName=36C10E18R0111-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04829628-W 20180223/180221231333-061dbbb12a2c8ecd7a964f41b3cb2f83 (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.