Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2023 SAM #7778
SOLICITATION NOTICE

C -- 509-23-101 - Renovate Public Bathrooms, Improve Patient Safety

Notice Date
3/13/2023 10:11:42 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24723R0055
 
Response Due
4/12/2023 2:00:00 PM
 
Archive Date
07/20/2023
 
Point of Contact
David W. Parente, Contracting Officer, Phone: 843-252-6747
 
E-Mail Address
David.Parente@va.gov
(David.Parente@va.gov)
 
Awardee
null
 
Description
PN 509-23-101: Renovate Public Bathrooms, Improve Patient Safety Charlie Norwood VAMC in Augusta, GA General Information Set Aside: Service-Disabled Veteran Owned Small Business Product Service Code: C1DA - ARCHITECT/ENGINEER SERVICES -CONSTRUCTION HOSPITALS & INFIRMARIES NAICS Code: 541310 - Architect Services Award Item : AE Design 1. INTRODUCTION: This is a Pre-Solicitation Notice for Project Number 509-23-199 that requires Architect and/or Engineering (A-E) Design Services to correct renovate public bathrooms and improve patient safety within Charlie Norwood VA Healthcare System located in Augusta, GA 30904. 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. The contemplated A-E Services that are anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, and VA Acquisition Regulation 836.6. This procurement is subject to the availability of funds. The Government is under no obligation to award a contract as a result of this announcement. 2. SUMMARY OF SERVICE: Furnish all necessary professional services, equipment, labor, materials, supervision, and tools to perform a design for the NRM Project 509-23-101, Renovate Public Bathrooms, Improve Patient Safety, located at 950 15th Street, Augusta, GA 30904. The work includes, but is not limited to, site investigation, asbestos survey, designing and preparing drawings, phase planning, specifications, cost estimates, and construction period services for all disciplines to provide a complete set of bid documents. The A/E, to include subcontractors performing professional services under this contract, shall perform its services consistent with the professional skill and care ordinarily provided by A/Es practicing in the same or similar locality under the same or similar circumstances. The A/E shall perform these services as expeditiously as is consistent with such professional skill and care and the orderly progress of the project. Construction Period Services: Review and provide recommendations on all submittals, shop drawings, product data, samples, request for information (RFI s), modifications, etc. in accordance with Construction Period Services section of this scope of work. A/E furnished services shall include third party asbestos monitoring, commissioning, and providing record drawings based on finalized contractor red-line as-builts. Site Visits: During construction, allow for thirty (10) site visits as directed and scheduled by the COR. The A/E shall furnish documented field reports denoting the purpose and results of the site visit. 2. DESCRIPTION: The Charlie Norwood VA Healthcare System is seeking a professional A-E firm to provide design services to renovate approximately 3,500 square feet of existing restrooms identified, located in building 801. Renovation will include full renovation of restrooms, to include correcting ADA and VA ABAAS (https://www.cfm.va.gov/til/etc/dsBarrFree.pdf) discrepancies. The A/E will be required to attend design phase meetings to discuss progress with the VA staff. The A/E will be required to take meeting minutes and distribute to the VA for approval and as documentation of what was covered within the meeting. Design Tasks: SITE INVESTIGATION: The A/E shall review the existing field conditions and conduct a site survey of restrooms in building 801 to insure that the design meets the VA expectations and minimizes unforeseen conditions. The A/E shall also review the As Built drawings and the site drawings. Available as built drawings and related other project drawings will be provided to the A/E upon request, but field verification by the A/E must be completed to verify existing site conditions and to collect data as required for design development work to successful completion of design and construction documents. ARCHITECTURAL: Field verification of elevations and architectural dimensions are crucial to the success of this project. The connection of existing and new constructions shall blend together and make sense esthetically and functionally. Patient and Family Centered Care concepts are to be included in the design of this project. These concepts are outlined in the VA technical information library design guide documents. ENGINEERING: Engineering work may include, but is not limited to, Seismic, Electrical, HVAC, and Plumbing. Engineering systems need to be evaluated and updated to meet the latest Design Criteria. The A/E must meter electrical panels before any planned connection to insure available capacity. The A/E shall evaluate existing As Built drawings and any other projects that may affect the design of the project or any other aspect of the project. ASBESTOS: The A/E (or Certified Industrial Hygienist) shall investigate the construction site to verify the presence of any asbestos containing materials. Such as: Asbestos containing sprayed-on fireproofing, floor tile & mastic, and other asbestos containing / contaminated materials. If asbestos is encountered, it is the A/E and their subcontractor s responsibility to adhere to all VA, OSHA, Federal, and State regulations of ACM procedures. The CIH shall perform duties as necessary by monitoring, inspecting and testing inside / outside the work area in accordance with OSHA requirements. Any Asbestos abatement specifications must be prepared by an AHERA Project Designer. VA will provide any asbestos reports, but cannot confirm accuracy. NOTE: Some site investigation work may be in asbestos contaminated areas and will require the A/E to have their personnel trained for Class 3 Asbestos Work (Maintenance & Operations within Asbestos Contaminated areas). The A/E shall provide all documentation (i.e., calculations, reports, recommendations, etc.) that is appropriate to support the design effort and to keep the VA fully informed of all issues or potential problems. The A/E shall provide an investigation and explanation of code requirements incorporated into the design. Furnish a copy of each code quoted or used in the design, when necessary to provide additional understanding of design decisions. The A/E shall provide all schedules and tables used on the drawings in Microsoft Project and PDF. Additional Requirements and Information: LIFE SAFETY: The A / E shall design the necessary Life Safety and Interim Life Safety provisions for impacted areas, both temporary and permanent measures. The A/E shall provide and coordinate the review of the Life Safety Provisions of the project design with a third party, independent licensed Fire Protection Engineer. The following areas shall be reviewed, but not limited to, by the third party: Current NFPA Code Compliance (Last issued codes only) Environmental / EPA Impacts, Permits, etc. OSHA Compliance (i.e., Excavation, Demolition, etc.) Security Property / Infrastructure Management, Homeland Security, etc. Emergency Preparedness Disability Accessibility Compliance National and Local Codes. The A/E shall deliver a letter certifying compliance with all Life Safety Codes and Requirements applicable to this project from the third party. In addition, it is required that the A/E update all Life Safety Drawings associated with the designed space. 3. FINAL CONSTRUCTION DOCUMENTS: Drawings for Bid, including cost estimates, specifications, and calculations, shall be completed within 200 calendar days after date of Award. 4. All offerors are advised that in accordance with VAAR 836.606-73, the total cost of the contract for A-E services must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated A-E firm selected to complete the design. 5. Interested firms should email their submissions to: David.Parente@VA.GOV The SF-330s are due on April 12, 2023 at 5:00 PM (Eastern). Use the instructions located in section thirteen (13) below for submitting your SF-330. ONLY EMAIL RESPONSES WILL BE ACCEPTED: Personal visits for the purpose of discussing 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 David.Parente@VA.GOV. 6. 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. 7. Security Issues, Late Bids, Unreadable Offers (a) Late submission of offers are outlined at FAR Parts 52.212-1(f) and 52.215-1(c). Particular attention is warranted to the portion of the provision that relates to the timing of submission. (b) Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. (c) To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.  Submissions or portions thereof submitted and which the automatic system detects the presence of a virus, or which are otherwise unreadable will be treated as unreadable pursuant to FAR Part and FAR 15.207(c). (d) Password protecting your SF-330 is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated Government individuals. 8. The selection of the most qualified contractor will follow the guidance provided in FAR 36.6 Architect-Engineer Services. Additionally, this solicitation is also issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors. Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms, as there is a reasonable expectation that two or more offers from SDVOSB contractors will be received under this solicitation. Apparent successful offerors 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/SF-330 being deemed not acceptable. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. 9. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The estimated magnitude for construction (not design) of this project is between $1,000,000.00 and $5,000,000.00. (a) Contract Award Procedure: At time of award, the contractor must be certified by VetBiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at www.sam.gov Failure of an SDVOSB to be VERIFIED by CVE and VISIBLE in VetBiz shall result in elimination from consideration as a potential contract awardee. Failure of a SDVOSB to be registered in SAM at the time of contract award shall result in elimination from consideration as a proposed contract awardee. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. (b) The review/design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished by architects or engineers registered in a State or possession of the United States, or in Puerto Rico or in the District of Columbia. (c) The project drawings/design shall be in compliance with applicable standards and codes described in VA Program Guides and design materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are available in the Technical Information Library (TIL) on VA Website address: http://www.cfm.va.gov/til/. 10. The awarded A-E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. The awarded A-E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A-E to minimize impact of the construction. The NAICS code for this project is 541310 with a small business size of $12.5 million. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF-330 in the Find a Form block and click on search. 11. Evaluation Criteria are provided below and listed in descending order of importance. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Submission requirements: SF 330 information shall be provided per the latest format from the GSA Library located at https://www.gsa.gov/forms-library/architect-engineer-qualifications. Complete using blocks F. and H. of the SF330 form. Complete block F. for each relevant project. Complete block H. summary sheet for the Offeror and each key consultant; each summary sheet shall be not more than one (1) page in length, and no more than ten (10) pages total. Submit no more than five (5) projects similar to work in the solicitation from the date the solicitation closes to five (5) years prior; At minimum, three (3) projects must have construction completed or construction substantially (50%+) complete; Projects/data submitted shall be projects with total construction costs of one million dollars $1,000,000 and greater; Projects may include Federal, State, or local Government, as well as private industry projects. Offerors are responsible for providing project description and applicable information in sufficient detail to permit evaluation of project relevancy versus these https://www.acquisition.gov/themes/custom/acquisition_gov/assets/img/logos/64/FAR.png minimum requirements. Basis of Evaluation: Specialized experience pertains to the types, size, volume, budget, and complexity of work previously or currently being performed by the Offeror that is comparable to the work covered by this solicitation. Specialized experience may also include unique conditions, considerations, or circumstances encountered that are relevant to this solicitation. Specialized experience does not include overseas offices for projects outside the United States, its territories, or possessions; nor does it include subsidiaries that are not normally subject to management decisions, accounting, and policies, or a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company. Technical competence includes construction and design projects similar in project scope, size, construction features, dollar value, and complexity of that listed in the solicitation. Technical competence also includes experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Similar complexity is considered projects of an operational, construction, or design likeness to the work covered in this solicitation. Specific emphasis of experience and technical competence shall be geared towards healthcare design/planning (including fixtures, furniture, and equipment) and fire protection. Offerors unable to demonstrate proven specialized experience and technical competence may be considered non-responsive or scored negatively. Failure to provide requested data may negatively impact an Offeror's rating. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Submission requirements: Complete using block H. of the SF 330 describing the Offeror s past performance. The summary sheet shall be not more than two (2) pages in length. Provide a Past Performance Questionnaire (PPQ) for each submitted project under Specialized Experience criteria, above. PPQs must be incorporated into the submission; PPQs will not count towards page limitations. Data from other projects not included under Specialized Experience criteria are acceptable (such as cost control or schedule delays) in tables or charts. Past Performance Questionnaire Submittals: Past Performance Questionnaires (Attachment 1 to this Notice): Respondents shall complete the Cover Letter and Section A. (AE Firm Information) of the Performance Questionnaire (Attachment 1) and provide it to NCO 7 representative as part of the SF 330 submittal package. Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to the Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) identified in its SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract . Sections B through D of the questionnaire shall be completed ONLY by the contract customer. The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to NCO 7 electronically by the SF 330 submittal package due date identified in the Notice. Past Performance Questionnaire sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent s contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to NCO 7 at the address listed in this Notice, no later than the SF 330 submittal package due date designated in this Notice. Respondents are notified that NCO 7 may use any additional sources of information (such as, but not limited to the Contractor Performance Assessment Reporting System (CPARS) to determine a Respondent s relevant experience and past performance as part of this evaluation. Basis of Evaluation: Past performance is a measure of the degree to which an Offeror satisfied its customers needs and requirements and compliance with applicable codes, standards, laws, and regulations. The evaluation of past performance will include but is not limited to: The customer s assessment of the Offeror's commitment to customer satisfaction; Timely delivery of quality work; The Offeror's record of conforming to contract requirements and applicable codes, standards, laws and regulations; Successful implementation of a quality control plan and quality control procedures; Addressing design errors/omissions timely; Providing Construction Period Services satisfactorily to customers; Adherence to approved schedules; and, History of timely and professional communication and cooperative behavior. Include information on problems (errors/omissions) found, how the problems were corrected, and the impacts to the successful completion of the project (time delays, cost impacts, design modifications, etc.). Provide information supporting favorable cost control, quality of design submissions, and schedule compliance. Offeror risks receiving a lower rating if fewer than three (3) PPQs are provided or if the PPQs were not completed by project point of contact. Include a discussion on the Offeror s record of significant claims for improper or incomplete design services. Higher ratings may be given for work performed on VA Medical Center campuses. Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact an Offeror's rating. Failure to demonstrate proven competence to perform projects like the requirements of the solicitation may be considered ineligible for award. Professional qualifications necessary for satisfactory performance of required services. Submission Requirements: Complete using block E. of the SF 330. Submit personal resumes and relevant information for key and responsible personnel. Block E. shall be not more than one (1) page in length per individual, and not more than fifteen (15) total pages. Basis of Evaluation: Evaluation of professional qualifications will include but is not limited to the subjective assessment of the Offeror's individual resumes. The Offeror shall have a professional engineer, currently registered in any state or territory of the United States, knowledgeable in their registered design discipline, to be the lead designer responsible for reviewing and approving design submissions. The Offeror shall have a professional engineer, qualified and knowledgeable of state and local regulations, be the lead designer responsible for reviewing and approving design submissions and facilitating permit documentation (depending on the nature of the design i.e. environmental, stormwater, etc.). Key personnel to provide qualifications to meet this criterion include Principal(s), Project Manager(s), key consultants, individuals responsible for implementation of the Design QA/QC Plan, and other individuals that are responsible or accountable for design submissions. Physical Security Subject Matter Experts shall meet the requirements of Section 10.1.5 of the Physical Security & Resiliency Design Manual. The Offeror shall describe and/or depict which projects and how well key personnel of the design team have worked together. Higher ratings for this criterion may be given when the Offeror's specific personnel demonstrate relevant credentials, such as involvement and degree of involvement in professional organizations, research/publications, code/standard body involvement, etc. Offerors unable to demonstrate professional qualifications necessary to perform designs may be considered non-responsive . Failure to provide sufficient data supporting professional qualifications may negatively impact an Offeror's rating. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s performance completing Construction Period Services (CPS) for construction for each submitted project under Specialized Experience criteria, above. Narrative shall be not more than two (2) pages in length. Basis of Evaluation: Includes professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract modifications to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Evaluation of the Offeror s knowledge, skills, and abilities to complete necessary CPS to support successful project completion. Provide a narrative describing the below services, but not limited to: Professional field inspections, both scheduled and emergent; Maintaining a comprehensive submittal log inclusive of material data, shop drawings, certifications, etc.; Review of construction submittals for design conformance, variance, and applicable code/standard compliance; Providing timely and complete responses to requests for information; Providing supporting documentation (statements of work, cost estimates, technical reports, etc.) for construction modifications; Providing record drawing documentation; Process for correcting design errors/omissions identified during construction; and, Other requirements defined under CPS in the Statement of Work. Capacity to accomplish the work in the required time. Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s work capacity. Narrative shall be not more than one (1) page in length. Basis of Evaluation: Identify the Offeror s past, present and projected future workload, including VA contracts over the previous 12 months. Describe the Offeror s capacity to incorporate this solicitation s work while meeting prescribed dates for current workload. Each key team member to include % of available capacity to take on new projects. Evaluation of this factor will be an assessment of the Offeror s ability to complete design documents within the period of performance and meet solicitation requirements. Data is acceptable in tables or charts. Higher ratings may be given for this criterion when information provided exceeds the minimum requirements. NCO 7 may use any additional sources of information such as, but not limited to data found Federal Procurement Data Systems. Location in the general geographical area of Augusta, GA, and knowledge of the locality of the Charlie Norwood VA facility: Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s experience in the Augusta, GA geographical area. Narrative shall be not more than one (1) page in length. Basis of Evaluation: Offerors will be subjectively evaluated based on their knowledge (and the knowledge of subcontractors) of unique conditions or variables, such as familiarity of applicable codes, regulations, construction market & labor conditions, geotechnical, seismic, weather, environmental, or other unique considerations found in Augusta, GA and the Low Country geographical area. If prior experience in Augusta, GA is minimal, describe how the design team plans to obtain specific knowledge of local conditions or project features required for a compliant design. Data from other projects and locations are acceptable to highlight knowledge of the Augusta, GA geographical area or areas of similar nature. Offerors that submit relevant projects outside of the Augusta, GA geographical area may be given a lower rating than projects within the Augusta, GA geographical area. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors: Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that discusses the Offeror s approach. Narrative shall be not more than one (1) page in length. Offeror s shall complete and submit the following statement in block H. : I [signatory authority], of [Offeror Company or Joint Venture] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10 . Basis of Evaluation: Offerors shall be evaluated based on their utilization plans for service-disabled Veteran-owned small businesses (SDVOSBs), Veteran-owned small businesses (VOSBs), or other types of small businesses. Offerors shall be evaluated on the expected amount of work versus key personnel to verify the above signatory statement. If less than 50% of work is estimated to be performed by the prime SDVOSB, the Offeror may be given a lower rating. Offerors shall submit qualifications for proposed consultants per other criteria in this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bf942badc7cc46e59a7dfbf180a33dbf/view)
 
Place of Performance
Address: Charlie Norwood VA Healthcare System 950 15th Street, Augusta, GA 30904, USA
Zip Code: 30904
Country: USA
 
Record
SN06615858-F 20230315/230313230106 (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 |
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.