SOLICITATION NOTICE
C -- Construct Logistics Operating Rooms - Columbus 757-205 Minor Design (VA-23-00006720)
- Notice Date
- 8/24/2023 11:44:47 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77623R0161
- Response Due
- 9/14/2023 9:00:00 AM
- Archive Date
- 12/13/2023
- Point of Contact
- Joshua Slapnicker, Contract Specialist, Phone: 216-447-8300
- E-Mail Address
-
joshua.slapnicker@va.gov
(joshua.slapnicker@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- PRESOLICITATION NOTICE 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: Veterans 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 Project #757-205 Construct Logistics and Operating Rooms design project located at the Columbus VA Medical Center (VAMC), 420 N. James Road, Columbus, OH 43219. The A-E shall include site visits, field investigation, studies and user interviews to prepare drawings, specifications, and cost estimates for construct approximately 2,227sf of logistics space on the 1st floor that will increase the storage to allow for continued support for the facility expansions and add approximately 2,227sf of surgery space on the 2nd floor to add two operating rooms. This will require renovation to some space constructed under the Construct Surgery Addition project as well as the clean and sterile corridors. The logistics space was originally approved and then removed from the Build Specialty Care project as a deduct alternate and one of the OR's was removed from the Construct Surgery Addition due to the Logistics space not being constructed. The expansion of the OR s directly supports the VA Priority Focus Resources More Efficiently by improving delivery of health care service by determining appropriate and efficient use of services and ensuring effective care coordination across all care settings. The other functions of this project directly support the expansion of the ORs and correct safety deficiencies that have been identified at the facility. The Logistics expansion directly supports the OR portion of this project. The Logistics space will be used to store and distribute medical supplies to the additional and existing OR s in the facility. The existing logistics storage space is not adequate as approximately 1800 SF will be lost with the addition of PACU beds required in this project. The logistics portion is being built on the first floor and the ORs are on the second floor. Without the logistics portion this project will create a cantilever, which is a physical security risk. The replacement of ductwork to stainless steel corrects FCA deficiency 337032 and complies with the VA HVAC Design Manual and the VA Master Construction Specifications. The replacement of the ductwork cannot be completed without the OR portion on this project. Further work is detailed in the Statement of Work and attachments. 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 $25.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before April 02, 2024. The anticipated period of performance for completion of design is 312 calendar days after notice of award. The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is between $10M and $20M. 3. SCOPE OF DESIGN A/E Part One Services (also known as Design Phase) for this design project includes site visits, field investigation, conduct of studies, design charrettes with stakeholders and user interviews to prepare drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project. This project will construct approximately 2,227sf of logistics space on the 1st floor that will increase the storage to allow for continued support for the facility expansions and add approximately 2,227sf of surgery space on the 2nd floor to add two operating rooms. This will require renovation to some space constructed under the Construct Surgery Addition project as well as the clean and sterile corridors. The logistics space was originally approved and then removed from the Build Specialty Care project as a de-duct alternate and one of the OR's was removed from the Construct Surgery Addition due to the Logistics space not being constructed. The expansion of the OR s directly supports the VA Priority Focus Resources More Efficiently by improving delivery of health care service by determining appropriate and efficient use of services and ensuring effective care coordination across all care settings. The other functions of this project directly support the expansion of the ORs and correct safety deficiencies that have been identified at the facility. The Logistics expansion directly supports the OR portion of this project. The Logistics space will be used to store and distribute medical supplies to the additional and existing OR s in the facility. The existing logistics storage space is not adequate as approximately 1800 SF will be lost with the addition of PACU beds required in this project. The logistics portion is being built on the first floor and the ORs are on the second floor. Without the logistics portion this project will create a cantilever, which is a physical security risk. The replacement of ductwork to stainless steel corrects FCA deficiency 337032 and complies with the VA HVAC Design Manual and the VA Master Construction Specifications. The replacement of the ductwork cannot be completed without the OR portion on this project. This project will not improve the energy intensity for the campus as it only is replacing the ductwork to mitigate the safety risk previously identified. Extensive phasing will be required to minimize impacts to Central Ohio VA Healthcare System (COVAHS) operations and physical security during construction. The A/E shall develop a recommended phasing plan(s) for construction and estimated costs for implementation of the plan(s). Multiple other deliverable requirements must also be prepared by the A/E for government use. This includes lists of furniture, IT equipment (such as desktop computers and phones), and other miscellaneous equipment items for VA procurement. These items are considered Activation Items and procurement of them cannot be funded by the construction project in accordance with VA fiscal policy. Installation costs for equipment however can be funded through the construction project. The A/E shall design for the quantity, space/dimensions and utility requirements for these furniture and equipment items. The list and figures shall be provided to the VA in accordance with the design submittal schedule (or sooner as required) to coordinate the purchase and delivery of these items with the construction schedule. A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation and construction phases of the construction project, attendance at pre-bid, post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, site visits during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance in the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project. The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of Columbus VA record drawings will be made available for A/E use; the A/E will verify the validity of the record drawings prior to the start of design work. The A/E shall be solely responsible for management needs, including all associated labor, equipment, materials, mailing costs, and inspections, to meet the requirements of the design contact. The A/E shall further provide meeting minutes for all meetings held under this project. Please note that the 312 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 Evaluations are conducted, 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 SF330 SELECTION CRITERIA: The following are listed in descending order of importance. Primary Selection Criteria: Specialized experience and technical competence (sections F, G, and H) in the type of work required for the healthcare related design and construction period services for inpatient and outpatient ambulatory care settings. Project experience by the prime firm and all subcontractors for projects similar in size, scope, and complexity must be demonstrated. VHA Minor construction project experience will be considered a strength. The projects provided in section F should include experience dealing with: Rehabilitation of existing infrastructure buildings and structures of various types, sizes, and complexities; Design of new infrastructure, buildings and structures of various types, sizes, and complexities; Designing to physical security standards and compliance with VHA design criteria; Design of HVAC and replacement duct work; Cost engineering using RS Means and other estimating tools; Sustainable design utilizing Leadership in Energy and Environmental Design (LEED) and Green Globes rating tools; Quality assurance/quality control (QA/QC) of design and estimating work; and Phasing during construction in an occupied facility; Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, transition Submissions shall include no more and no less than five (5) recent and relevant Government and private experience projects similar in size scope and complexity, and experience with the type of projects/competence above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined as services pro-vided within the past 5 (five) years. Each project shall include the following: Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project (i.e. prime contract, Teaming Partner or subcontractor Project Owner); owner s point of contact including telephone number and email address; Services & Deliverables provided under the contract/task order Period of Performance including start and completion dates; Total dollar value of the project Contract number associated with the project Section G will used to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided relevant projects The evaluation will also consider narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated; The management approach; The coordination of disciplines and subcontractors; Quality control procedures; Familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards Professional Qualifications (sections C through E) necessary for satisfactory performance of required service. The A-E shall demonstrate they are able to sign and stamp each drawing by individuals licensed in any state in the United States for 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: Project Manager; Architect; Registered Communications Distribution Designer (RCDD); Cost Estimator; Interior Designer; Civil Engineer; Electrical Engineer; Fire Protection Engineer; Mechanical Engineer; Plumbing Engineer; Structural Engineer; Quality Assurance; Commissioning Agent, 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]______________________, [company] __________________, 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 SBA certified SDVOSBs in compliance of VA Acquisition Regulation (VAAR) 852.219-75. 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. Capacity (section H) to accomplish work in the required time. The evaluation will consider the firm s 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. The following information is required for this factor: The Offeror shall provide the percentage of time personnel referenced under professional qualifications will be dedicated toward this project; The Offeror shall provide the available capacity for personnel listed under professional qualifications (section E); The offeror shall include a draft schedule outlining how they intend to meet the period of performance outlined in the SOW. Draft schedule will not be counted toward the page limitation; The Offeror may include any additional resources that will be dedicated toward this project. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the firm s approach to measuring and managing capacity both prior to and during contract performance to ensure qualified personnel are available to meet the contract requirements. 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. CPARS data or PPQs, see attached PPQ (if no CPARS data is available) must be pro-vided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: 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. The information for this factor shall be provided in Section H of the SF 330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. Knowledge of 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 330. 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. 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, how far away the firm/branch office is from the site, and how they would travel to the site. Information related to the firm s location shall instead be provided in Section H under Secondary Selection Criterion Factor 1, Geographic Location. See below Experience in Construction Period Services for projects similar in scope to include Professional field inspections during the construction period; Review of construction submittals; Coordination with project commissioning requirements; Support in answering re-quests 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 Columbus, OH VAMC Chalmers P. Wylie, 420 N. James Road, Columbus, OH 43219 (https://www.google.com/maps/dir/). * The secondary selection criterion is used as a tie-breaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 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 RESPONSES 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 written responses to predetermined questions via email to the A-E Evaluation Board. The instructions for the written responses will be provided to the selected firms only. Each selected firm will be evaluated based on their written responses. The top-rated firm will be selected based on their rating from the written responses. 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. 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 amount of site visits needed for this specific project (address both design phase site visits as well as CPS visits). Discuss ability, familiarization, or experience with VA design guides and directives and their interpretations and application to this design. Describe plans with this project to ensure VA requirements are kept current, and specified equipment will be TRM approved. Proposed approach to Design Development: Discuss plan to ensure specifications and drawings are well edited, accurate, all inclusive, and coordinate with each other. Discuss approach to evaluate existing site conditions and ensure new work will not conflict with existing work. Expectation for VA AE collaboration: Discuss what expectations the AE 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 Joshua Slapnicker at joshua.slapnicker@va.gov. This shall include Parts I and II and any applicable attachments. The SF-330 submission is due by 12:00 PM ET ON MONDAY 25 SEPTEMBER 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; 36C77623R0161 Construct Logistics and Operating Rooms Columbus. 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 does not include 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. All SF-330 submissions must include the following information either on the SF 330 or by accompanying document: Cage Code; 2) Dun & Bradstreet Number; 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 joshua.slapnicker@va.gov. The cutoff date for question submission is 2:00 PM ET ON TUESDAY 12 SEPTEMBER 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 SF330 Submission, Oral Presentation, 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 SF330 and Oral Presentation submissions 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: www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e6604511b2a64544bc933417aa753833/view)
- Place of Performance
- Address: 420 N. James Road, Columbus, OH 43219, USA
- Zip Code: 43219
- Country: USA
- Zip Code: 43219
- Record
- SN06805207-F 20230826/230824230052 (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 |