SOLICITATION NOTICE
C -- Architectural and Engineering Services Facility Master Plan
- Notice Date
- 11/12/2020 5:45:48 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420R0074
- Response Due
- 12/14/2020 1:30:00 PM
- Archive Date
- 03/14/2021
- Point of Contact
- Elizabeth Morin, Contracting Officer, Phone: 610-383-0202
- E-Mail Address
-
elizabeth.morin3@va.gov
(elizabeth.morin3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- ACQUISITION INFORMATION: The Department of Veterans Affairs Medical Center (CVAMC) in Coatesville, PA is seeking professional Architectural and Engineering (A/E) services for development of a Facility Master Plan. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. A/E firms permitted by law to practice the professions of architecture / engineering services are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS CONCERNS. GENERAL SCOPE OF WORK: The consultant shall provide investigative and consultative services to improve the methods of care / delivery at the CVAMC. The consultant shall review information provided by the CVAMC, but not limited to population demographics, penetration rates, productivity measures, projected growth, current health care delivery systems, patient demographics, physical structures, strategic and operational plans, etc. The consultant will also have access to the previous master space plan documents, the CLC (Community Living Center) master plan as well as a list of current and future projects. The A/E shall provide consultative services with an internal effort at updating the current strategic plan in reviewing the types of services offered and providing recommendations and advice on improving service delivery and spatial changes necessary to meet strategic and tactical plans. Such consultation and updating of existing plans shall be focused on detailed analysis of care / service delivery. The primary purpose of the review is to recommend improvements in health care service delivery based on existing and forecasted necessity, appropriate size and optimal location of the clinical and administrative services at the CVAMC. Changes in capital asset use may include modifying the physical layout of health care and administrative services, consolidation of any excess space with cost savings achieved and identification of each project required to further integrate services to a single seamless system. Special emphasis should be placed on: Reducing the overall footprint of the facilities. Provide analysis as to the feasibility and overall impact to the medical center s environment and services of consolidating the buildings/functions to one side of Black Horse Hill Road. Reviewing and improving adjacencies, modernizing facilities to include consideration of demolition of older, not well-maintained, unsuitable for healthcare operations buildings. Changes in strategy will be based in part on the standardized Veterans Affairs (VA) population databases through year 2027. Evaluating short and long-term feasibility of underground tunnel system of connecting corridors in regard to maintenance and overall recommendations for the medical center s facilities. Improving pandemic response capability, to include capacity of post-acute care beds, isolation rooms and quarantine of domiciliary, community living center and acute psychiatric patients. Safety for all patients, staff and visitors, considering traffic and transit across the campus. Adherence to all VA guidance documents in regards to existing facilities. Guidance documents are available through the VA Office of Construction and Facilities Management website in the Technical Information Library. Population and demographic comparative statistics for each service will be provided using Health Systems Planning Application (HSPA), Space and Functional Assessment data, workload data and any supplemented data by the contractor. Consultant will be allowed to rely on the accuracy and completeness of information requested. AutoCAD files (version 2017 or later) will be complete and accurate, but Consultant shall make minor revisions as necessary. All plans shall be compliant with space criteria referenced in VA space planning criteria. http://www.cfm.va.gov/til/space.asp The consultant shall ensure patient privacy criteria are met (i.e. computerized information, patient privacy, HIPAA). The design shall meet all VA Physical Security Standards. The area in this design is considered Mission Critical and the appropriate guide will be followed. If a section of the manual cannot be met, the consultant will notify the VA immediately, and assist the VA in the security waiver process. The Physical Security Guidelines can be found at this link: https://www.cfm.va.gov/til/SPAlRqmts.asp#PHS ADDITIONAL DETAILS: The A/E shall provide a Facility-Level Master Plan that will facilitate coordinated capital improvements and reorganization through the current 10-year planning horizon. The plan must include: (1) Demand Projections, (2) Space Determinations, (3) Master Planning, (4) Infrastructure Portfolio Management, and (5) Historic Preservation. Demand Projections The contractor shall conduct a study that includes a Demand/Supply determination, analysis and validation as follows: Review official market level demand projections for each Strategic Planning Application (SPA) (compare/validate with private sector and industry projections). Validate market level demand projections (demographics, assumptions, industry trends, etc.). Reallocate demand for each SPA to all existing and future sites within each market based on users/enrollees and expected utilization in the immediate market service area (counties/market sectors) surrounding each site. Assess strengths, weaknesses and opportunities to meet demand within market. The contractor will validate the VA s market-level demand projections for each SPA based on the need to improve access and incorporate current planned initiatives such as new or expanded sites of care (CBOCs (both VA owned and contracted), Annexes, and Outreach Clinics) that impact the market. The validation will take into account veteran users, enrollees and expected utilization in the immediate market service area (counties/market sectors). Demographic Mapping Support Contractor to provide demographic mapping support of data provided by VA. Demographic data sets may require county and/or three and five-digit zip code mapping and display. Mapping requirements will often require the need to display counties and zip code areas, transportation routes and systems, cities and towns, waterways, geographic barriers, VA and DoD medical facilities and civilian medical facilities. Mapping methodology will display different data density levels as well as access times for various counties/sectors to primary, specialty, and tertiary care. Space Determinations / Departmental Gross Space Needs Validate existing departmental square footages, utilizing V-Logic/Indus drawings and current departmental mapping, which may not be up to date in V-Logic. Determine any space need changes based upon utilization of existing facilities. Determine future anticipated total space needs assuming total interior renovation of existing buildings. It must be noted that the space efficiencies of the existing buildings, particularly with existing partitions, are limited. Even after space renovations, the configuration of the facility s existing buildings may not allow for ideal space efficiencies. Consider using recent renovations as a benchmark of anticipated space efficiencies in new renovations. Determine the appropriate amount of space, size and number of alternate care sites for each program and facility to meet the current and projected workload demand. Utilize space planning criteria from the Construction and Facilities Management website to identify anticipated departmental square footage requirements. Evaluate space gaps based on the Capital Asset Inventory (CAI) space inventory and Veterans Health Administration Service Support Center (VSSC) Space Calculator. Assist the facility with requesting changes to the ideal square footage per the annual CAI action item. Analyze/Compare existing departmental space configuration and capacity with needed future departmental space allocations based on VSSC Space Calculator and Strategic Planning Categories Identify current and projected staffing requirements for a five to ten-year planning period. Identify key service line/services, including interaction and adjacency of relevant programs both internal and external to the facility. The contractor will analyze the allotment and configuration of existing space and acreage and recommend changes to meet the facility s strategic planning goals, including facilitation of both patient care and support operations. The contractor will determine the functionality and efficiency of existing space (functional adjacencies) to ensure ease of access, patient flow and continuity of care. Analyze the impact of any planned construction or demolition projects on the overall space needs. Evaluate research and education services requirements. Provide plan for improving location and functions of all clinical and administrative services. Plan includes designation of one, efficient and welcoming entrance to the Coatesville Medical Center site with accessible parking for patients and visitors with ample/priority parking to all outpatient clinics. Identify improvements to increasing efficiency, productivity, and reducing operating costs. Plan will consider the impact of pending and planned renovations / construction. Assess condition/economic feasibility of existing space (age, condition, architectural constraints that might make replacement via lease or new construction more cost effective than renovation). Determine opportunities resulting from staffing efficiency, creation of regional centers of excellence, extended hours of operation, etc. Master Planning Develop a capital strategic plan (list of specific clinical/programmatic initiatives) to meet the site-specific demand for the medical center and CBOCs (includes non-capital, Non-Reoccurring Maintenance (NRM), minor, CSI, major, leases, sharing agreements, EU proposals etc.) Assess and identify infrastructure related initiatives that will be required to maintain condition of site and structures for the planning horizon (roofs, equipment, roads, parking, electrical and mechanical systems etc.) Primarily, the contractor will review facility conditions through evaluation of the most current Facility Condition Assessment and incorporate correction of the D and F deficiencies into the planned capital improvements. Assess and identify infrastructure related initiatives necessary for an Emergency Preparedness Sustainment Plan based on The Joint Commission (TJC) standards and VA regulations. The A/E shall incorporate into the planned capital improvements specific energy initiatives that will be required to meet energy goals during the planning horizon. Identify predecessor/successor relationships for all initiatives in the master plan. Develop a space projection requirement for the medical centers to include projections by current and future program needs. Space projections will be predicated on the official workload projections for each department (SPA). The space projections will also provide an estimate for total facility space needs (Facility gross square feet). Develop a parking assessment to identify parking requirements and current deficiencies. Develop a timeline for each initiative in the master plan to ensure that activation of each initiative can be accomplished so that activation is consistent with the timing of the need that was identified, and which initiative will be addressed. Develop cost estimates for each capital initiatives in the master plan. Often, capital needs can be met through different capital programs within the VA. Obtaining approved projects within the various programs can often be difficult and therefore drives the need to create options for executing capital plans. Therefore, the contractor will provide a preferred and at least one other feasible alternative planning option to address the needs identified incorporating various strategies such as lease versus purchase and phased Minor and CSI initiatives versus Major Construction projects. Infrastructure Portfolio Management Address management of vacant underutilized space that currently exists or will exist in the future as a result of workload projected for each site. Address management cost of asset ownership. The A/E shall identify excess capital to be mothballed; identify excess capital to be re-used (EU, leased, sharing, etc.); identify excess capital to be demolished/disposed (include CEA to evaluate continued cost of owning vs. leasing infrastructure to meet health care demand) Historic Preservation (Section 106) Determine the area of potential effects (APE), as defined at 36 CFR 15 800.16(d), to the boundaries of Coatesville VAMC historic district. Identify buildings which should be considered for potential modification or demolition. Consultant recommendations should make every effort to minimize adverse effects to the historic district. When recommendations, as defined by Section 106, are deemed as adverse, the consultant, in coordination with VA will notify the Advisory Council on Historic Preservation (ACHP), State Historic Preservation Office (SHPO), Chester County Historic Preservation Office and Indian Tribes for consultation. Consultants shall provide all plans, correspondence and consultation with the local, tribal and State Historic Preservation Office (SHPO) in accordance with Section 106 of the National Preservation Act (NHPA). The consultant shall act in good faith on behalf of VA when in communication with historic preservation offices. All recommendations, to include mitigation efforts to the district must be approved by VA prior to submission. The A/E shall coordinate with the local facility planner/site visit lead the agenda as well as the logistics for the site visit including but not limited to the schedule for the physical walk through; the schedule for face to face interviews with program offices at each facility, and the schedule for the entrance and exit meetings with facility management. For all review meetings: All review submission documents and materials, including the agenda, should be provided to the Medical Centers and shared with appropriate content experts at the facility at least 2 weeks in advance of each meeting. Approximately 1 week in advance of the scheduled site visit/meetings the contractor will coordinate with the COR, lead a conference call to go over the agenda and previously referenced data and any other issues that need to be addressed prior to the site visit. Kickoff meeting: The first meeting will be a kick-off meeting for review of information, material gathering, knowledge transfer, guideline establishment, objective identification, schedule review, constraint discussion and format review. First Review: Provide Demand Projections as identified above. Provide draft Market Maps and Health Systems Planning Applications. Review models and assumptions and facilitate VA comments. Second Review: Provide space determinations and solidify departmental gross square footage needs. This must be a thorough analysis of all departments / services as described above. In this meeting, emphasize departments with the greatest space gaps. Also, provide Care in the Community recommendations for non-capital solutions. Address all associated costs. Third Review: Preliminary master planning concepts and historic assets considerations. In this review meeting, topics of special emphasis must be addressed, along with all relevant factors influencing decision making. A minimum of four master planning concepts must be presented. Any concepts involving demolition of existing buildings must then be communicated with the VA Historic Preservation Office for review. Fourth Review: Two selected master planning concepts must be further developed to identify projected total implementation costs, and a projected implementation phasing timeline. Uncertainties due to unknown historic preservation approvals must be communicated, along with contingencies. Fifth Review: The selected master planning concept must be fully developed to a pre-final submission. Review comments must be incorporated into the plan for final submission. All aspects of the scope identified above must be fully incorporated. Develop written information for each change in service delivery and each space change describing backfill and move requirements, phasing, optimal locations for each change, and cost estimates (based on VA cost data) to support each project. Final Submission: In the final meeting, the Facility Level Strategic Capital Master Plan, Strategic Assessment, and Service Delivery Improvement Plan will be delivered. Deliverables: The final Master Plan Report will comprise of a written document with extensive charts and graphical material describing chronologically the identified facility needs related to program objectives, strategies, options considered, and a detailed development of the recommended options with cost estimates and an implementation plan. Plan to be reviewed with individual facility Master Plan Steering Group as a complete package prior to final presentation. The master plan will include an executive summary which summarizes the major workload and space gaps along with proposed capital projects to solve the identified gaps as well as the pros and cons of the preferred option by the VA. EVALUATION CRITERIA: The A/E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance. Evaluation Criteria Phase 1: Team Proposed for This Project Background of Personnel Project manager Other key personnel Consultants Previous Experience of Proposed Team Master Space Plan experience Medical Centers; VAMC At least three medical center master space plans similar in size and scope and specialization Proposed Masterplan Approach Primary factors of consideration Feasibility of approach Project Control Techniques planned to control quality of plans and documentation Techniques planned to control the schedule Personnel responsible for quality and schedule control Evaluation Criteria Phase 2: Phase II of the selection process will include inviting approximately three (3) firms that progress from Phase I to the Coatesville VAMC for an interview/presentation session. These three firms will then be narrowed to one (1) firm for negotiations for contract award. The criteria for selection during phase II of the selection process shall contain the criteria for phase I and the following additional criteria: Past Performance Masterplan Past Performance PPQ Submit performance ratings for 2 to 4 completed Masterplans for medical centers CPARS Estimating Effectiveness Construction cost vs. A/E estimate of construction cost for projects $5 million to $20 million 10 most recently awarded for construction. QUALIFICATION PROCEDURES: 1. A/E firms shall be registered in the System for Award Management (SAM) Database at www.sam.gov and www.vetbiz.gov. Please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A/E firm to be certified by the CVE at the time the SF330 is due shall result in elimination from further consideration for award. 2. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. 3. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. 4. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. 5. A/E firms shall be selected based on demonstrated competence and qualifications for the required work. NAICS 541310 and size standard $8M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of Fiscal Year 21 funding. The period of performance is 380 days. SUBMISSION INSTRUCTIONS: The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. 2. Interested A/E firms shall submit two (2) copies of SF330 (8/2016 Edition) and one (1) CD with appropriate documentation and information to Elizabeth Morin, Contracting Officer (542/90C), VA Medical Center, Contracting/Building 16, 1400 Black Horse Hill Road, Coatesville, PA 19320 by close of business (4:30 PM, EST), December 14, 2020. Electronic mail submissions will not be accepted. The SF330 form may be obtained through the General Services Administration at (https://www.gsa.gov/forms-library/architect-engineer-qualifications). Late proposal rules found in FAR 15.208 will be followed for late submissions. 3. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF-330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF-330, Part II is already on file. SF-330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF-330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. 4. Submit only one SF-330, Part I from the Prime for the design team, completed in accordance with the SF-330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. 5. The A-E shall not include company literature with the SF-330. 6. In block No.4, Part II, provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. 7. In Section C of the SF-330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee and each resume shall not exceed one page. 8. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. 9. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. 10. In Section H, of the SF-330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Evaluation Criteria, of this announcement. 11. In Section H, Part I, SF-330, firms must show their last 12 months of Medical facility contract awards stated in dollars, provide an itemized summary of awards to include Agency Contract Number/Task Order No. Awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific evaluation criteria listed. 12. In Section H, Part I, SF-330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. 13. Personal visits to discuss this announcement shall not be allowed. (End of Document)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cc31ea4fd8fe4c989cfd5e0dc6bcca67/view)
- Place of Performance
- Address: VA Medical Center 1400 Blackhorse Hill Road Coatesville, PA 19320
- Zip Code: 19320
- Zip Code: 19320
- Record
- SN05851417-F 20201114/201112230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |