Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

C -- Renovate CLC B84 Design 515-24-101

Notice Date
5/25/2023 10:23:48 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023R0151
 
Response Due
6/27/2023 10:00:00 AM
 
Archive Date
10/04/2023
 
Point of Contact
Terrance Deininger, Contract Specialist, Phone: 216-447-8300 x3492
 
E-Mail Address
terrance.deininger@va.gov
(terrance.deininger@va.gov)
 
Awardee
null
 
Description
PRE-SOLICITATION NOTICE (REQUEST FOR SF330s) The Department of Veterans Affairs (DVA) Network Contracting Office 10 is seeking qualified Architect -Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for architectural and engineering (AE) services for the project 506-22-101 entitled Modernize Update CLC. Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236.25 Requirements for Registration of Designers whereby Architects and Engineers must be registered to practice in the particular professional field involved in a State (the full text of the clause can be read at acquisition.gov). Architects and Engineers performing work on projects must be registered in the State of Michigan (the laws of the State of Michigan regarding registration of architects and engineers applies). Also see geographic location and office location restrictions in paragraph 7.g. of this notice. The Scope of Work for this project is as follows: The Architect/Engineer shall provide design services necessary to furnish: Conceptual Floorplan options, Schematic Design, Design Development, Construction Documents, Technical Specifications, Solicitation Support Services, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 515-24-101, Renovate Community Living Center, Building 84 at the VA Medical Center in Battle Creek, Michigan. Based on the results of the Criteria Review Conference the Architect/Engineer shall come up with a minimum of 3 different layout ideas during the schematics phase of the design for renovation and expansion, for review with the VA. After review of the proposed layouts, one will be selected as the basis for the renovation design/layout; include in the selected layout any changes discussed during the layout selection meeting. The A/E is expected to thoroughly review the affected areas, including areas hidden by equipment, ceilings, and walls to the best of their ability to capture all possible interferences with existing electrical, mechanical, and structural materials so that all the proposed layouts will be practical and feasible given the MCC. As-built drawings will be provided for reference during design but shall only be used to supplement field investigations so that all existing conditions are included in the design. The AE shall be responsible for deciding what record drawings or as-built drawings are patinate, relevant, and useful. The following are what the station feels the concepts would be: An addition to both sides of Building 200, located between Building 83 and Building 84, containing an entrance drive and reception vestibule. The project should renovate one of the 18,200 square foot floors of Building 84 to meet guidelines for patient privacy found in the Small House Model. Included in the renovation of Building 84 will be a complete replacement of the windows to include the restoration of the arched units on the enclosed porches. The AE shall be responsible for reviewing the Facility Asbestos Survey, provided after award by the Battle Creek VAMC. The AE shall team with a hazardous materials testing firm to verify assumed ACM and for design of asbestos mitigation plans and specifications. The AE shall team with a 3rd party commissions agent during design. The AE shall coordinate with the Commissioning agent during design as well as during CPS. The Commissioning agent subconsultant shall be responsible for commissioning of the design during/after construction. All designs are required to have an independent, third-party Fire and Life Safety review of the 65% DD Package and the 95% CD Package. This review will be coordinated by the VA COR. The design firm shall collaborate between the VA and an independent life safety reviewer throughout the project. This design will require input from the Michigan State Historical Preservation Office (SHPO), due to the historic nature of the buildings. Following the selection of the desired concept, the AE will produce several renderings that will be part of a package, also developed by the AE, that will be submitted to the SHPO for their review and approval. AE should be familiar with the SHPO review process. The AE Firm will be required to complete privacy training prior to beginning any work. Contractor shall not have access to Department of Veterans Affairs' computer systems. All Contractors and Subcontractors are required annually to read and sign the Privacy Training document to be provided after award. The contractor shall provide to the contracting officer and/or the COR a copy of the privacy training certificates for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign privacy training VA20939, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until the training and documents are complete. SET-ASIDE INFORMATION: This procurement is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310, Architectural Services. Verification of SDVOSB status will be done via confirming current registration in the SBA Veteran Small Business Certification (VetCert) database (Veteran Small Business Certification (sba.gov)) upon receipt of the SF 330. Firms submitting a qualification package must also have a current registration in the System for Award Management (www.sam.gov). The awarded contract will be firm-fixed price. This procurement will be following the procedures established in the Brooks Act, Federal Acquisition Regulation (FAR) 15, FAR 36.6, and Veterans Affairs Acquisition Regulation (VAAR) 836.6. The selection process will be made using a two-stage process. Stage I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. The highest rated firms will then be short-listed and invited to continue with Stage II of the selection process. All firms not short-listed will be notified at this time. Stage II consists of Interview/Oral Presentations for the short-listed firms and selection of the top ranked firm to receive the solicitation for pricing and conduct negotiations. Stage I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance with the weight assigned to each. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330. Professional qualifications: Describe the firm s professional qualifications necessary for satisfactory performance of required services: The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines which will be evaluated are Architects, Engineers, Estimators, CAD operators and Project Managers. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330, Part 1. Specialized experience: Describe specialized experience and technical competence in the type of work required, including experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Firm s Capacity: Describe the firm s ability to accomplish the work in the required time commensurate with the scope of work, including existing workload that may limit the firm s capacity to perform project work expeditiously. Past Performance: Describe past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System (CPARS) for projects listed in Section F of the SF330 as well as any other pro-jects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant other information available to the Government. Project past performance references older than 5 years will receive a lesser weight than those references for projects accomplished within the past 5 years. Geographic Location: Confirm the firm s location in the general geographical area of the project. Driving distance time shall be calculated and measured using the Google Maps (maps.google.com) directions tool by entering the working office address as the starting point and the medical center address. The resulting Best Route travel distance, which is determined to be within (300) miles, shall be the official calculation for the purposes of this factor to determine if the two-hour travel time requirement is met. A printout of the results shall be attached to the SF330 qualification package. The working office location must be listed in the SF 330 application and must also be registered in the System for Award Management (SAM www.sam.gov). Working office locations not registered in SAM shall result in the entire SF330 submission being deter-mined as not having met the requirements of this pre-solicitation announcement and will not be considered. Construction Period Services: Include professional field inspections during the construction period, review of construction submittals, support in answering requests for in-formation during the construction period, and support of construction contract changes to include drafting statements of work. The general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. Management Plan: Describe the firm s general project management philosophy, including the approach that will be used to meet the needs of the scope while controlling the schedule and budget. Include a description of the proposed communication plan between project leadership, the design team, subconsultants, and the Government. Firm s Commitment to Small Business: Identify and describe the extent of your firm s commitment to the use of service-disabled Veteran owned small businesses, Veteran owned small businesses, and other types of small businesses as subcontractors. Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. Additional criteria will be provided to these firms, and they will be given approximately ten (10) calendar days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firm will be selected, sent a Request for Proposal, and subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations only and not the SF-330 qualifications from Stage I. The submission must include a fully completed Standard Form (SF) 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF330 shall not exceed a total of 50 pages in a common font, size 11 or 12, single spaced. Use graphic presentations where such use will contribute relevant data. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. Submittal instructions: All interested and capable venders are to submit an electronic SF330 package for review. The SF330s can be submitted to email address: terrance.deininger@va.gov. The package must be received and in government control NLT 06/27/2023 at 1:00 P.M. EST. Questions and other inquiries are to be directed only via email to Contract Specialist at terrance.deininger@va.gov. NOTE: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO SAM.GOV TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/224dddb15c354c9ba237993bb7757123/view)
 
Place of Performance
Address: Battle Creek, MI VAMC 5500 Armstrong Rd, Battle Creek 49037, USA
Zip Code: 49037
Country: USA
 
Record
SN06694248-F 20230527/230525230110 (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.