Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2023 SAM #7827
SOLICITATION NOTICE

C -- 570-23-2-775-0026 NRM Project# 570-23-006: Perform Tier 3 Seismic Study, Building 1

Notice Date
5/1/2023 2:00:53 PM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26123R0065
 
Response Due
6/1/2023 4:00:00 PM
 
Archive Date
07/31/2023
 
Point of Contact
Contract Specialist, Priscilla Murray, Phone: (808) 539-1313
 
E-Mail Address
priscilla.murray@va.gov
(priscilla.murray@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Call for SF 330s. Please read the entire document. The Department of Veterans Affairs VA San Francisco Healthcare System is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project 570-23-006, Building 1 Tier 3 Seismic Study. The project is location is VA Central California Health Care System, 2615 E. Clinton Avenue, Fresno, CA 93703. I. DESCRIPTION OF REQUIREMENT A. The nature of this requirement is to provide a Tier 3 seismic evaluation and retrofit options on the Fresno VAMC s main hospital campus Building #1. Building #1 is a multi-story structure seven stories above grade and 2 stories below grade, approx. 250,000 gross square feet (BGSF) and is located in a Medium High Risk Zone and is a risk category IV structure, based on a study prepared by Degenkolb Engineers for VA. The proposed solution/s will mitigate seismic deficiencies of the building and bring them up to current seismic safety requirements. During the seismic retrofit construction, significant disruption of building operations is expected. The A/E will be responsible for fulfilling the data collection requirements necessitated by Chapter 6 of ASCE 41-17 and will use the collected data to perform an analysis of the existing building. Once the Tier 3 Evaluation is performed, a Tier 3 Retrofit analysis will be performed to develop suggestions on how to eliminate any non-compliances discovered during the Tier 3 Evaluation. As required by 2.5 of VA Standard H-18-8, this analysis must be by non-linear procedures for retrofit. The A/E is required to meet all applicable laws and regulation not explicitly stated in this document. Design efforts and products shall be conducted and produced in compliance with VA Publications including Master Construction Specifications, Design Guides, and CAD Standards (http://www.cfm.va.gov/TIL ). B. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm and the lead designer in each discipline must be registered but neither need to be registered in California. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Protection, Construction Cost Estimating, Signage/Wayfinding, Landscaping and Geotechnical. Include any additional disciplines that may be necessary on the SF 330. C. SF 330 Part 1F Example Projects; present all relevant VA projects first. Include in block 21 the contract number for all federal projects. Do not include the CPARS reports for federal projects. D. Estimated Date of Award of the Design Contract: By July 30, 2023 E. Estimated design period of performance: ninety (90) calendar days II. SET-ASIDE A. This procurement is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-Disabled Veteran-Owned Small Business (SDVOSB) under the Veterans First Contracting program has the same meaning as Service-Disabled Veteran-Owned Small Business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov/ in addition to meeting the small business size standard for NAICS 541310 ($11M) to be eligible for award under the Veterans First Contracting Program. B. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in Veteran Small Business Certification (VetCert) as a certified to be considered for this procurement. Offers from non-verified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VetCert at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. C. In part 1C of SF 330, indicate in block 11 the socio-economic status of that firm SDVOSB/VOSB/WOSB, etc). III. SELECTION CRITERIA A. Selection of firms for interviews and negotiations shall be based on an evaluation of the submitted SF 330s on the basis of the selection criteria listed below in a descending order of precedence. SF-330 s, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. B. Selection Criteria descriptions are provided below. i. Professional Qualifications Necessary for Satisfactory Performance of Required Services: Professional qualifications of the Project Manager(s), Designers of Record, and the proposed team. This will include the record of the proposed team have working together. Note: The lead designer in each discipline must be registered but does not have to be registered in California, however the Structural Engineer of record must be registered in the State of California as a Structural Engineer. ii. Specialized Experience and Technical Competence: Specialized experience and technical competence required for this specific project, including, where appropriate, experience in performing Tier 3 Seismic studies in accordance with ASCE 41-17 and VA Standards H-18-8 to include use of non-linear analysis procedures for retrofit options. The effectiveness of the proposed project team, including management structure, and coordination of disciplines. iii. Capacity: This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. a. The general workload and staffing capacity of the design office will be evaluated. b. In section H of the SF 330, list the current projects with a design fee of greater than $50,000 being designed in the prime firm s office. c. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the estimated contract performance period. iv. Past Performance: Past performance on recent (within 5 years of the due date of SF 330s) contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and record of significant claims against the firm. Where there is no record of past performance, the proposal will be rated as neutral. v. Geographical location and knowledge of the locality of the project: The physical location of the prime firm s office as well as their familiarity of the building codes, environmental regulations, soil conditions, local construction methods/environment, and seismic requirements within the Central California area. vi. 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 IV. SUBMISSION REQUIREMENTS: A. No more than forty (40) pages B. Font size no smaller than 10 C. Size of emails not to exceed 10 MB. If more than one email is sent, number emails in subject line as 1 of 2, 2 of 2. D. Completed and return VAAR 852.219-77 VA Notice of limitation on Subcontracting Certificate of Compliance for Services and Construction (attached) E. Subject line of the email shall state Company Name | Response to 36C26123R0065 | email 1 of 2 (if necessary) F. In the body of the email include Prime Company Name; UEI Number, email address and phone number of primary point of contact V. DUE DATE FOR SF 330 Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF 330 by 4 P.M. PST June 1, 2023 via email to Priscilla Murray, priscilla.murray@va.gov, and Contracting Officer Mandy Thompson, at mandy.thompson2@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6937f2de4e84be1ac2a1026afa7767f/view)
 
Place of Performance
Address: VA Central California Healthcare System (VACCHS) Fresno VA Medical Center 2615 E. Clinton Ave, Fresno 93703, USA
Zip Code: 93703
Country: USA
 
Record
SN06667139-F 20230503/230501230109 (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.