Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2023 SAM #7828
SOLICITATION NOTICE

C -- Long Beach VA Medical Center AE Services to Design an expansion of the Emergency Dept.

Notice Date
5/2/2023 7:58:03 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77623R0107
 
Response Due
5/26/2023 11:00:00 AM
 
Archive Date
07/25/2023
 
Point of Contact
Mary S Sisson, Contracting Specialist, Phone: 216-447-8300
 
E-Mail Address
mary.sisson@va.gov
(mary.sisson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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. 1. GENERAL INFORMATION: Veteran s Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineering (A-E) services for the Emergency Department Expansion design project located at the Tibor Rubin VA Medical Center in Long Beach, California. The project consists of the expansion of the Emergency Department which shall consist of an observation suite, mental health suite, reception area, waiting area, nourishment room, additional exam rooms, nurse stations, radiology space, police/security office, triage area, fast track area and a resuscitation room. The A-E Services contract anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $8M. This project requires a full design team to complete this project. The projected award for the anticipated A-E contract is July 22, 2023. The anticipated period of performance for completion of design is 365 calendar days after Notice of Award (NOA). The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is $14,478,398.00 in accordance with the VAAR Magnitude of Construction. 3. SCOPE OF DESIGN The Department of Veterans Affairs (VA) intends to have the A/E furnish professional services (to include Construction Documents, Technical Specifications, Statement of Conditions Drawings, Construction Administration, site survey, soil borings, design narrative/analysis, calculations, construction cost estimates, and sample boards in accordance with professional standard practices and VA criteria). Design will include the following items and program areas: Architect/Engineer (A/E) to add 10,000 SF of clinical space to existing area. A/E to add 4,000 SF of utilities/common space to existing area. A/E to add 750 SF of utility space to building 139 to accommodate for a new transformer and other related electrical equipment/components. The 750 SF is included in the 4,000 SF utility space addition. ED expansion must be designed (structural, mechanical, electrical, etc.) to allow for vertical expansion in the future. A/E designs must allow for the basement, connecting corridors, and its utilities to be connected to building 126OP. Emergency generators in buildings 139 and 152 must be replaced with transformers and connected to the E-Loop. All current loads, as well as predicted loads from the ED expansion, shall be designed to be connected to the E-Loop. All associated electrical equipment and components in buildings 139 and 152 must be replaced; this includes the following buildings: 1, 2, 7, 126OP, 138, 160, 161, 164. A/E must perform an investigation of the existing utilities and relocation of such utilities in the courtyard between buildings 160, 164, and 7. All abandoned utilities discovered shall be removed. A/E shall include temporary utilities to ensure that clinical activities and operations are uninterrupted during the construction phase. The ED expansion shall incorporate functions for clinical support such as the following: IT, physical security, MRI/CT, X-ray. A new elevator shall be provided for the new expansion. The elevator must be located on the back side of the egg of building 164. The elevator must be able to access the basement and first floor of the ED expansion. A corresponding stairwell must also be provided for to allow for evacuation in emergency situations. A/E must provide site preparation for the ED expansion and the utility space expansion. All site preparation for medical equipment purchased by the VA shall be included. Structural calculations, analysis, and design is required for all site preparation work. VA will provide record drawings of existing systems. Record drawings are the best available documentation available to the VA. They are not necessarily as-built documents. The documents may not be accurate in all respects and A/E shall conduct thorough field verification and investigation of all existing conditions. Design program is set out in all relevant documents of the (TIL) Technical Information Library. All documents of the systems must be field verified and investigated by the A/E. Working drawings and specifications shall be complete in every respect, inclusive of all engineering disciplines with all pertinent information necessary to secure a contract award via competitive bidding or negotiated contract without complications. Working drawings and cost estimate prepared by the A/E shall have consistent relationship. Working drawings shall facilitate ease in contractor s cost proposal preparation and cost evaluation of cost proposal. A/E must provide structural calculations in accordance with governing codes and standards. Where required, install all components and equipment with seismic provisions as outlined in the various discipline specific VA Design Manuals for Healthcare Projects. Consult with equipment vendor for specifications for anchoring equipment, when applicable. A/E shall provide Construction Phasing if the design requires it. A/E team shall conduct surveys, develop repair or replacement options, and provide construction documents. The A/E is responsible for producing a complete set of drawings, design narrative/analysis, calculations, sample boards, and specifications in accordance with professional standard practices and VA criteria. Each A/E discipline shall obtain design criteria and VA standards from the Technical Information Library (TIL) and shall have an orientation discussion with VALBHCS. A/E shall conduct coordination meetings between A/E technical disciplines before submitting material for each VA review and provide minutes of the meetings to VALBHCS. A/E shall provide a register for all submittals, certifications, tests, and inspections required per drawing and specification section. Closely coordinate said items in the Specifications with the drawings. In addition to said documents in the specifications and the drawings, provide in one central section in either the specifications or the drawing a duplicated list of all required submittals, certifications, tests, and inspections. A/E shall recognize that they shall comply with Joint Commission requirements for the Environment of Care and Life Safety where applicable. Therefore, as required by Joint Commission requirements, all new utilities and systems shall have final Testing and Inspection program that clearly demonstrates in a step-by-step method required utility or system testing and inspection requirements and minimal acceptable performance parameters. Final inspection and tests must be witnessed by the A/E unless otherwise released from this requirement by the VALBHCS. Such testing and inspections shall apply to temporary utilities and systems that will maintain VALBHCS functions while permanent functions are being built or modified. Joint Commission Pre-Construction Risk Assessments: The following Joint Commission Pre-Construction Risk Assessments shall be performed and documented. Outcome of risk assessments shall be incorporated into the construction documents. Risk Assessment documents shall be maintained in both the design and construction files for ready access in the time of Joint Commission audit. Infection Control Air Quality Special Utility Requirements (e.g., Emergency Power, Medical Gases, Temporary Utility Facilities etc.) Noise and Vibration Interim Life Safety Measures Hazardous Materials Flammable Materials Other hazards that affect patient care treatment and services. In addition, the A/E shall conduct interim fire protection installation inspections and witness temporary and final fire protection equipment testing if applicable. A/E shall furnish a life safety Architect or Consultant to review all submissions to ensure NFPA 101 required systems are not compromised. Life Safety Consultant shall prepare Life Safety Drawings shall design all life safety systems identified in NFPA 101 and ensure compliance with the standard design all life safety systems identified in NFPA 101 and ensure compliance with the standard. The lead designer or A-E on staff representing the project in each discipline must be licensed or registered to practice in any one of the United States of America. The A-E is responsible for all services to complete the deliverables listed in the Statement of Work (SOW) (See A-E SOW Tibor Rubin VA Medical Center). The deliverables schedule can be found in the SOW. Please note that the 365 calendar-day period of performance for the design completion begins with the issuance of the Notice of Award and that a Notice to Proceed will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project. 4. A-E SELECTION PROCESS: Responsive firms submitting SF 330 s in response to this announcement not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the SF 330 s and determination of the highest rated firms. A minimum of three (3) of the highest rated firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Written Responses for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Written Responses will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Written Responses are received, the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Written Responses and successful negotiation of rates for the project, and not the SF 330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Please note that during the evaluation of the Written Responses, the prior evaluation of the SF 330s will not be taken into consideration as they are separate evaluations. 5. PHASE I SF 330 SELECTION CRITERIA: The A-E TEB will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The factors are listed in descending order of importance. Primary Selection Criteria: Professional qualifications necessary for satisfactory performance of required service. The A-E shall demonstrate that they are able to sign and stamp each drawing by individuals licensed in the state of California in the key positions listed below. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five years) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located. Key positions and disciplines required for this project include, but are not limited, to: Architect (LEED certified), CAD Technician, Registered Communications Distribution Designer (RCDD), Architect, Estimator, Electrical Engineer, Fire Protection Engineer, Mechanical Engineer, Plumbing Engineer, Project Manager, Quality Assurance, Structural Engineer, Archeologist and Physical Security Specialists. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority], of [company name], certify that the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs in compliance of 48 CFR 852.219-73. The information provided in Sections C through E of the SF 330 will be used to evaluate this evaluation factor. Do not include this information in Section H, unless it is pertinent to support the information listed in the other sections. Specialized Experience and Technical Competence in the design and construction period services shall be provided for network infrastructure installation, renovations, or upgrades. Projects experience should include design of hospital emergency departments, inpatient and outpatient facility additions and renovations, electrical distribution and systems, physical security upgrades, and HVAC and mechanical systems. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, transition, sustainable design practices. Include no more than ten (10) Government and private experience projects similar in size scope and complexity, and experience with the type of projects above. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. The information provided in Sections F and G of SF 330 will be used to evaluate this evaluation factor. Do not include this information in Section H, unless it is pertinent to support the information listed in the other sections. Capacity: to accomplish work in the required time. The evaluation will consider this firms ability to meet the compressed schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the available capacity of key disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value of any current indefinite delivery contracts. Offeror shall clearly state their available capacity presenting workload percentages and expected completion date for the VA projects awarded in the previous 12 months. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330. Past Performance: On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in Section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in Section F: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Evaluations will consider superior performance ratings on recently completed projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. The information for this factor shall be provided in Section H of the SF 330. Locality: To include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, working with and local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. The information for this factor shall be provided in Section H of the SF 300. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location, shall be provided in Section H, under Secondary Selection Criteria Factor 1. 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, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meeting between the A-E, VA, and Contractors, pre-final inspection site visits, generation of punch-list reports, and production of as-built documentation. The information for this factor shall be provided in Section H of the SF 330. Secondary Selection Criteria: Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Long Beach VA Long Beach Healthcare System, 5907 E. 7th St., Long Beach, California, 90822. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterions are used as a tie-breaker, if necessary, in ranking the most highly qualified firms following the completion of Written Responses. The secondary selection criterion will not be applied when determining a firm s SF330 submission Excellent, Acceptable, Good, Marginal, or Unacceptable. The information for this factor shall be provided in section H of the SF 330. 6. PHASE II WRITTEN RESPONSE SELECTION CRITERIA: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of Written Responses. The selected firms will be invited to provide their qualifications in Written Response to the A-E Technical Evaluation Board. The instructions for Written Responses will be provided to the selected firms only. Each selected firm will be evaluated based on their responses to the evaluation criteria in their Written Response. The top-rated firm will be selected based on their rating from the Written Response evaluations. The previous ratings from the SF330 evaluations are not applicable during Phase II. Below are the evaluation factors for the Written Responses. The factors are listed in equal order of importance. Proposed Management and Coordination Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase, and prior to each submission, and during construction. Describe strategy for control of estimated cost, and solutions for anticipated problems. Discuss proposed design team, their specific strengths, and experience that make them the best fit for this project. Discuss how the design teams will work together, and with the VA, to keep this design on schedule, within budget, and compliant with VA design requirements. Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the number of design phase and CPS site visits needed for this specific project. Identify elements in the SOW and supporting attachments that you see as challenges and provide recommendations for addressing each of these challenges. Simply restating the requirements (i.e., copying and pasting from the SOW) is not a sufficient response for this factor. Information about this project s challenges should provide specific examples and a plan on how each challenge will be managed. Proposed Approach to Design Development: Discuss how the team will coordinate specifications and drawings to ensure the de-sign is thorough, accurate, and complete. Describe approach to evaluate existing site conditions and ensure new work will not conflict with existing work. Discuss familiarization or experience with VA design guides and directives and their application to this design. Describe plans to ensure this design complies with all current VA requirements and any future updates, and specified equipment will be TRM (Technical Reference Model) approved. Expectations for VA A-E collaboration: Discuss what expectations the A-E firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product. 7. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF 330 Statement of Qualifications: Submit ONE (1) SF 330 Statement of Qualifications via email to the Contract Specialist Susie Sisson at Mary.Sission@va.gov. This shall include Parts I and II and any applicable attachments. The SF 330 submission is due by 2:00 PM ET ON FRIDAY, MAY 26, 2023. The SF 330 shall be submitted in one email and have a file size that shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF 330 Submission; 600-324 Emergency Department Expansion Design Long Beach . The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF 330 shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents and Part II of the SF 330 Form will NOT count as part of the page limitations. A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. *Important Note: For this procurement, all PPQs should be completed and returned to the submitting firm. The completed PPQs should be incorporated into the SF 330 document. PPQs should not be submitted directly to VHA PCAC. In addition to the SF 330 submissions, firms must provide a second accompanying document that includes the following information (The accompanying document will not count towards the page limitation of the SF 330): Cage Code; 2) SAM Unique Entity ID; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry. All questions shall be submitted to Susie.Sisson@va.gov. The cutoff date for question submission is 3:00 PM ET ON MONDAY, MAY 15, 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities. NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at time of SF 330 Submission, Written Responses, and Award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award. All Joint Ventures must be CVE verified at time of SF 330 submission, Written Responses, and Award and submit agreements that comply with 13CFR 125.15 prior to contract award. SF 330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF 330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: SAM.gov for any revisions to this announcement prior to submission of SF 330s. SOW attachments will be provided to the top-ranked firm selected to receive the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f1cd7d4414d54eca80dedb669e655ade/view)
 
Place of Performance
Address: AE Design Professional Services at AE Firm
 
Record
SN06668470-F 20230504/230502230112 (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.