Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
DOCUMENT

C -- VISN 9 A-E IDIQs - Tennessee Valley, Lexington, Memphis and Moutain Home Health Care Systems. General Design and Mechanical, Electrical and Plumbing Design - Attachment

Notice Date
5/16/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918R0090
 
Response Due
6/18/2018
 
Archive Date
9/25/2018
 
Point of Contact
Diana K. Grube
 
E-Mail Address
diana.grube@va.gov
(diana.grube@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 8 of 8 All Standard Form 330 (SF-330) packages shall have Attachment 2 immediately behind the SF-330, Part I, submission s cover page. A-E firms shall adhere to the following instructions when filling out this form: A-E firms must identify which VISN 9 medical center(s) the contractor(s) is interested in for A-E IDIQ award consideration. A-E firms shall mark if they are interested in General Design or MEP Design or both. A separate package shall be submitted for each location and if it is General Design or MEP Design for that location. VISN 9 reserves the right to use an AE firm from another location listed in this requirement. An AE firm will mark one box or more for General Design and/or one box or more for MEP Design at the locations interested in providing design services. A B C VA Hospital/Location General Design A-E IDIQ MEP Design A-E IDIQ 1 Lexington VA Medical Center (Cooper and Leestown) 2 Memphis VA Medical Center 3 Mt. Home VA Medical Center 4 Tennessee Valley Health Care System (Nashville and Murfreesboro) GENERAL INFORMATION: VISN 9 has approximately forty (40) Architect and Engineering (A-E) design requirements for professional A-E services that require the design of various Non-Recurring Maintenance (NRM), Clinical Specific Initiatives (CSI), Minor Construction, and station level projects. Design services to be provided are multi-discipline in nature and primarily focused on Architectural, Structural, Civil, Landscaping (hereinafter referred to as General Designs ), Mechanical, Electrical, and Plumbing (MEP) Designs, and Small-Scale Renovation Projects. A-E services may consist of any combination of services. NCO 9 anticipate awarding multiple A-E Indefinite Quantity (IDIQ s) for VISN 9. A minimum of two (2) A-E IDIQs will be established for each medical center listed below for a total of eight (8) A-E IDIQs, for VISN 9. For the purposes of this requirement, the Tennessee Valley Healthcare System is considered one medical center and the Lexington VA Medical Center is considered one medical center as well. The following medical centers encompass VISN 9: Tennessee Valley Health Care System Nashville VA Medical Center 1310 24th Avenue South, Nashville, TN 37212 Alvin C. York VA Medical Center - 3400 Lebanon Pike, Murfreesboro, TN 37129 Lexington VA Medical Center Lexington VA Medical Center Cooper Division (Lexington, KY) Lexington VA Medical Center Leestown Division (Lexington, KY) Memphis VA Medical Center (Memphis, TN) James H. Quillen VA Healthcare System (Mt. Home, TN) Each VISN 9 medical center will have two (2) A-E IDIQs established with two (2) different disciplines: General Design (General) Mechanical, Electrical, and Plumbing (MEP) Design Thus, there will be up to 8 A-E IDIQs awarded VISN wide: one General IDIQ for each of the four medical centers and one MEP IDIQ for each of the four medical centers. Each A-E IDIQ will have a base period of one (1) year and four (4) one-year option periods to be exercised at the discretion of the Government, or until the maximum contract amount of $32,000,000.00 awarded across all A-E IDIQ contracts is reached, whichever is earlier. Firm-fixed price task orders will be negotiated for this contract. Estimated award date is October 31, 2018. The task order limitation will be a minimum of $2,500.00 and maximum of $500,000.00, subject to the conditions of Federal Acquisition Regulation (FAR) 52.216-19 - Order Limitations. The minimum guarantee for each A-E IDIQ award will be $2,500.00 and will be awarded at the time of A-E IDIQ award. Design services to be provided are multi-disciplined in nature and primarily focused on Architectural, Structural, Civil, Landscaping (hereinafter referred to as General Design ) and/or Mechanical, Electrical, and Plumbing (MEP) Designs. The A-E services may consist of any combination of services stated herein. RESPONSE TIME A-Es shall abide by a four (4) hour response time for all of the medical centers for all A-E requirements during the design phase and the construction period services (CPS) phase, as appropriate. This response time applies to each task order requirement awarded for each VISN 9 task order requirement. The VA has no preference on the method utilized by contractors on achieving the four (4) hour response time. The response time will be determined from the moment the request to the A-E to be on site is submitted. DESCRIPTION OF WORK: A-E firms will provide specialized and innovative design-related A-E services in support of the Veterans Affairs Mid-South Network s Capital Design and Construction Program specifically pertaining to VISN 9. Disciplines and expertise required shall include healthcare design, historic preservation, fire/life safety, architectural, civil engineering, structural engineering, mechanical engineering, electrical engineering, fire protection engineering, roofing design, construction inspection, scheduling, AutoCAD/Building Information Modeling (BIM) design, acoustical engineering, lighting engineering, interior design, surveying, geotechnical engineering, environmental engineering, certified industrial hygiene, design of contemporary, state-of-the-art medical facilities, with additional experience in vertical expansion/integration along with phasing of on-going operations, research facilities, long-term care, mental health and dementia, elevators, and other disciplines and experts with specialized experience. Most construction projects, not design, under each A-E IDIQ will have an estimated construction cost range from $25,000.00 to $5,000,000.00. Contractor employees shall not be considered government employees for any purpose under the foreseeable contract. Changes to this requirement will only be accomplished by a written modification which is formally executed by the contractor and the Contracting Officer. INTENT: For each A-E IDIQ, the Government expects the most highly qualified firms to be able to perform multiple designs simultaneously, as appropriate. The Government does not expect A-E IDIQ awardees to be able to perform every type of A-E service described in this synopsis. Instead, the government seeks to contract with A-E firms that are experienced and knowledgeable conducting a variety of A-E services in multiple disciplines but specific to General and/or MEP designs. Therefore, SDVOSBs of all types that perform A-E services described in this synopsis are encouraged to submit Standard Form 330s (SF-330). For purposes of this synopsis, the term "Offeror" refers to the firm or Joint-Venture firm(s) that submits an SF-330 because of this synopsis. SELECTION PROCEDURES: (a) Selections of the most highly-qualified firms shall be made in accordance with procedures provided in the Brooks Act, Public Law 92-582, the Federal Acquisition Regulation (FAR) Part 36, and VA Acquisition Regulation (VAAR) 836.6. The process below shall be the process followed when attempting to establish each IDIQ regardless if the below language is in the singular form. (b) Respondents SF330 Qualifications packages received shall be evaluated in accordance within strict compliance with the requirements and selection criteria specifically set forth in the FBO synopsis. Evaluation of past performance and experience may include information provided by the offeror, customer inquiries, government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. (c) Each firm must demonstrate their (including subcontractors ) qualifications with respect to the selection criteria listed below. SF330s will be evaluated via a numerical rating system to determine the most highly qualified firm/team based on submitted SF330 responses. Failure to provide requested data or comply with the instructions in the synopsis and SF330 instructions could result in a firm being considered less qualified or eliminated from consideration. (d) The Respondent's SF330 submission must adequately address each Evaluation Selection Criterion. All responsive submissions for Phase 1 selections of most highly rated firms will be evaluated using the following Evaluation Selection Criteria, listed in descending order of significance: PHASE 1 Evaluation Selection Criteria Professional qualifications necessary for satisfactory performance of required services. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of work required, including, where appropriate, experience in conservation, pollution prevention, waste reduction and use of recovered materials Capacity of the firm to perform work (including any specialized services) within the time limitations Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules Location in the general geographical area of the project and knowledge of the locality of the project, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team PHASE 2 Evaluation Selection Criteria After evaluation of the SF330s are conducted for each of the eight (8) IDIQs, at least three (3) of the most qualified firms will be invited to participate in discussions for each of the IDIQ. Phase I SF330 scores will no longer be considered at this point, and the scores and rating assigns to each firm as a result of discussions will be the final score to determine which top-rated firms will receive a Request for Proposal solicitation. Respondents will be notified in writing if and when Phase 2 Interview/Discussions will occur in the evaluation process. Phase 2 Interviews/Discussion will be evaluated using the following Evaluation Criteria, listed in descending order of significance. 1. Team Proposed for This Project- a. Background of Personnel b. Project Manager c. Other Key Personnel d. Consultants 2. Previous Experience of Proposed Team- a. Project Experience 3.Proposed Design Approach for this Project- a. Proposed Design Philosophy b. Anticipated Problems and Potential Solutions 4. Project Control- a. Techniques Planned to Control the Schedule and Costs b. Personnel Responsible for Schedule and Cost Control 5. Project Management Plan- a. Team Organization 1. Design Phase 2. Construction Phase 6. Estimating Effectiveness- a. Ten most recently bid projects 7. Miscellaneous Experience & Capabilities- a. Interior Design 1. CADD & Other Computer Applications 2. Value Engineering & Life Cycle Cost Analyses 3. Environmental & Historic Preservation Considerations 4. Energy Conservation & New Energy Resources 5. Critical Path Method & Fast Track Construction 8. Location and Facilities of Working Offices- a. Prime Firm b. Consultants 9. Sustainable Design- a. Team design philosophy and method of implementing. 10. Awards- a. Awards received for design excellence 11. Insurance and Litigation- a. Type and Amount of Liability Insurance Carried b. Litigation Involvement Over the Last 5 Years & its Outcome After consensus is made by the TEB on the ratings of the firms with which discussions were conducted, the Agency shall issue an RFP to the most qualified firm for each A-E IDIQ based on the discussions only. Composite labor rates covering a variety of engineering and engineering support labor categories will be requested within said RFPs. Only one set of composite rates per labor category will be negotiated per awarded contract per fiscal year. Most labor categories will include junior, mid-level, and senior rates. Separate rates for specific teaming or joint venture partners will not be negotiated. Task orders awarded during a fiscal year will utilize that fiscal year s rate for the entire duration of the task order. All firms selected as the most highly qualified will be required to provide applicable teaming and/or JV agreements with their response to the RFP. The CO shall negotiate a contract for A-E services at compensation which the CO determines is fair and reasonable to the Federal Government. The CO shall attempt to negotiate a contract with the most highly qualified firm selected. If the CO is unable to negotiate a satisfactory contract with a selected firms, the CO shall formally terminate negotiations with the applicable firm and then undertake negotiations with the next most qualified of the selected firms, continuing the process until an agreement is reached. If the CO is unable to negotiate a satisfactory contract with any of the selected firms, the CO shall select additional firms in order of their competence and qualification, based on previously held discussions only, and continue negotiations in accordance with this synopsis until an agreement is reached. If the composite rates for each labor category is determined to be fair and reasonable, a contract will be awarded to those firms. The CO reserves the right to initiate negotiations with firms to negotiate specific items. ORDERING PROCEDURES: General procedures for allocating Task Orders (TOs) will be provided with the Request For Proposals (RFPs) that are issued to the most qualified firms. This synopsis is not a solicitation. NCO 9 will determine which A-E IDIQ, General or MEP, is most suitable for each specific requirement, and a solicitation will be issued to the applicable A-E IDIQ awardee requesting a fee proposal. Construction Period Services will be issued as separate task orders or via optional contract line items. REGULATORY RESTRICTIONS In accordance with VAAR 836.606-73, the total cost of the contracted for A-E services must not exceed six (6) percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-2 (c) - Design Within Funding Limitation will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified A-E firm selected to complete the design. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms and FAR 36.606 (c) Negotiations, all interested contractors are hereby put on notice that no construction requirement may be awarded to a firm that ultimately designs said construction requirements. The Government will not pay, nor reimburse, any costs associated with responding to this request for SF-330s. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. REGISTRATION REQUIREMENTS The primary North American Industrial Classification System (NAICS) code for this IDIQ is 541330, Engineering Services, which has a size standard of $15,000,000. To receive award, contractors must be registered in the System for Award Management (SAM) at the time of contract award. Failure of a firm to be verified in SAM at the time of contract award shall result in elimination from consideration. Register via the SAM website at http://www.sam.gov. Those firms selected as the most highly qualified will be issued an individual Request for Proposal to negotiate labor rates. This synopsis and any resulting contract awards does not guarantee work to selected firms. An offeror s VetBiz listing must appear at the time SF-330s are submitted, proposals are due, (VAAR 819.7003(b)) AND at the time of award (VAAR 804.1102). See also Matter of: MICCI Imaging Construction Company, Inc., B-405654, November 28, 2011. Offerors are advised that the fast-track re-verification program ended September 30, 2012. Consequently, any offeror appearing in VetBiz at the time offers are due AND at the time of award but only with the re-verification moniker will not be considered and will not be fast-tracked for re-verification. Joint Ventures (JV) are also subject to the same SDVOSB/VOSB, VetBiz, etc. requirements as regular SDVOSBs/VOSBs are. Moreover, the prime venture partner must be the SDVOSB/VOSB partner used to create the JV. QUESTIONS: A pre-proposal (pre-SF330 submission) conference will not be held. Questions and Government responses will be attached to this Synopsis upon being received, as applicable. All questions shall be submitted to the Contract Specialist for this project via email at diana.grube@va.gov. All questions are due to the CO no later than 1400 Central Time on May 31, 2018. PRE-SUBMISSION VISITS: Personal visits and/or requests for discussion regarding this announcement will not be entertained. Attachments: See attached document: S03_Attachment 1_Submission Requirements. See attached document: S03_Attachment 2_General and MEP Selection Sheet.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918R0090/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918R0090 36C24918R0090.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4308571&FileName=36C24918R0090-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4308571&FileName=36C24918R0090-001.docx

 
File Name: 36C24918R0090 S03_Attachment 1 - Submission Instructions.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4308572&FileName=36C24918R0090-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4308572&FileName=36C24918R0090-002.docx

 
File Name: 36C24918R0090 S03_Attachment 2_General and MEP Selection Sheet.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4308573&FileName=36C24918R0090-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4308573&FileName=36C24918R0090-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VISN 9 Medical Centers
Zip Code: 37129
 
Record
SN04925234-W 20180518/180516231229-e9147d66ef72d957c715aa229cb9ec4a (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.