SOLICITATION NOTICE
C -- 556-23-103 (AE) Building 48 Renovation
- Notice Date
- 3/21/2024 9:51:57 AM
- Notice Type
- Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25224Q0142
- Response Due
- 4/22/2024 2:30:00 PM
- Archive Date
- 05/22/2024
- Point of Contact
- Hudell D Ballen, Contract Specialist
- E-Mail Address
-
Hudell.Ballen@va.gov
(Hudell.Ballen@va.gov)
- Awardee
- null
- Description
- RFI 36C25224Q0142 Project: 556-23-103 Building 48 Renovation SF30 Block 14 Continuation Page Amendment of Solicitation Amendment 0001 Pre-Solicitation No. 36C25224Q0142 Project No. 556-23-103: (AE) Building 48 Renovation at the Captain James A. Lovell FHCC, North Chicago, IL The Purpose of this amendment (0001) is to publish the following in reference to request for SF 330 Qualifications Solicitation 36C25224Q0142: PUBLISH RFI QUESTIONS AND ANSWERS: S05_RFI Q and A Solicitation 36C25224Q0142 ANSWERED. ADD RFI DUE DATE: Submit all questions regarding solicitation 36C25224Q0142 in writing ONLY TO the Primary POC: Contract Specialist, hudell.ballen@va.gov and Secondary POC: Contracting Officer, stacy.hoover2@va.gov no later than Monday, April 1st, 2024. Questions received after this deadline may not be addressed. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. CHANGE DUE DATE FOR SF 330S IN CONTRACT OPPORTUNITY: CURRENT SF 330 QUALIFICATION DUE DATE: Monday, April 01, 2024 @ 4:30 PM (CST NEW SF 330 QUALIFICATION DUE DATE: Monday, April 22, 2024 @ 4:30 PM (CST) Submit: One (1) electronic pdf copy via email: Size limitation is 20.0 MB: ONLY TO: Contract Specialist Hudell Ballen at hudell.ballen@va.gov Contracting Officer Stacy Hoover at stacy.hoover2@va.gov Telephone inquiries will not be accepted RESPONSES TO REQUEST FOR INFORMATION (RFI) I would like to request a NAICS code change from 541310 (Architectural Services) to NAICS code 541330 (Engineering Services) considering the scope and the engineering services required. To elaborate, I would not qualify under NAICS code 541310 as our five-year rolling receipts average has surpassed the threshold that qualifies firms for SDVOSB status, which would prevent us from submitting our qualifications for this solicitation. As we are very much interested in pursuing this project, we thought it worth the ask and sincerely appreciate your consideration. Respectfully, our team would need to know by Friday, March 8th EOD in order to meet the current deadline of Monday, April 1st with our current workload capacity. ANSWER: The Contracting Officer (CO) has reviewed your request to change the NAICS code from 541310-Architectural Design to 541330-Engineering Services. The CO determined that this is the appropriate NAICS code based upon the Scope of Work (SOW) and the Government's estimate. Please consider our request for a NAICS code change from 541310 to 541330 for opportunity 36C25224Q0142 - Project 556-23-103: (AE) Building 48 Renovation. Because of the integral aspect of engineering in this project, we request the solicitation be amended to NAICS code 541330. With a construction magnitude of $10,000,000 to $50,00,000 and design totaling 24,000 square feet with new HVAC, electrical, plumbing, fire protection, telecom, and passenger elevator services we believe an update to NAICS 541330 would facilitate fair competition among businesses with the requested capabilities and capacity to perform services in 244 calendar days. Thank you for your consideration in this matter. ANSWER: The Contracting Officer (CO) has reviewed your request to change the NAICS code from 541310-Architectural Design to 541330-Engineering Services. The CO determined that this is the appropriate NAICS code based upon the Scope of Work (SOW) and the Government's estimate. We have delivered a substantial number of projects similar in complexity, size, and scope. Changing the NAICS Code to 541330-Engineering Services will allow firms who meet that size standard to compete and will give the government a highly competitive number of firms to source select from. We are one of many multi- disciplined SDVOSBs with the ability to self-perform engineering and architecture services enabling us to deliver projects that encompass complete coordination and communication in house with minimum subcontractor support. We also provides cost estimating in house which allows us to provide cost estimates throughout demolition and design development and conduct full QAQC reviews throughout. The tasks we anticipate executing under this scope of work will require extensive engineering design from MEP, Civil, Structural, Fire Protection and Environmental personnel. Support will come from Architecture, Interiors and Telecommunications. The size standard difference is significant between 541310 ($12.5M) and 541330 ($25.5M). Many firms like ours have outgrown the 541310 but are still small under 541330. You would get the most experienced firms by changing the NAICS code to 541330 -Engineering Services. Thank you for your support. ANSWER: The Contracting Officer (CO) has reviewed your request to change the NAICS code from 541310-Architectural Design to 541330-Engineering Services. The CO determined that this is the appropriate NAICS code based upon the Scope of Work (SOW) and the Government's estimate. In this solicitation there is the requirement to have a Medical Transportation Logistics Consultant (MTLC). I have been reaching out to several major engineering firms who have extensive depth with specialty groups and so far, no one has such a person. Is the MTLC someone I could find at an elevator company like Otis or Lerch Bates? I don t see anything on their websites that speaks to this. Or can you suggest a consultant or two who you know who does this. Thanks for your advice. ANSWER: The VA Elevator Design Manual refers us to PG-18-3, Topic 18, which uses the terms qualified MTLC , approved SMTLCS , and similar terms not as a professional credential or certification, but to describe the qualifications of the consultant that the AE must identify and engage to perform the duties for planning (design period) and executing (construction period) compliant elevator transport and the other activities identified. This requirement is to ensure the new passenger elevator is designed by someone who has verifiable and comparable project experience in this field. Thoroughly review the requirements listed in Topic 18 which will be used to evaluate consultant qualifications submissions. Reference: Elevator Design Manual: https://www.cfm.va.gov/til/dManual/dmElev.pdf Design & Construction Procedures (PG-18-3): https://www.cfm.va.gov/til/cPro/cPro.pdf The VA has identified the role of MTLC in this solicitation and it appears to be a singular role required to be in house for the AE. Our firm has two representatives that can address the Vertical/Horizontal circulation evaluation and the Design and Specifications for the transportation and material handling equipment. We would likely use multiple subconsultant roles to address Facility Logistics, Sterile processing, materials management, food and nutrition services, and waste management. Are all these roles likely to be utilized within this project, or will some be excluded from the design requirements? ANSWER: Response narrowed to address applicable part of RFI No. 05 for 556-23-103 Building 48 Renovation, which includes a passenger elevator in its scope. RFI infers an expectation for a traffic study that would only apply to existing in-use buildings, and then typically for decision-making around existing elevators. This free-standing building is gutted and will not be in use until completion of construction. Elevator Design Manual (https://www.cfm.va.gov/til/dManual/dmElev.pdf) describes technical requirements for design and specification of elevators such as the passenger elevator included in this scope. Elevator Design Manual refers the reader to PG-18-3 Design & Construction Procedures (https://www.cfm.va.gov/til/cPro/cPro.pdf), Topic 18, which describes requirements for subject matter expert design professionals consulting to AE firms for compliant planning of systems described in the document, including the passenger elevator included in this scope. If all are required, will a multiple role approach be acceptable for consideration? ANSWER: Topic 18 identifies the required SME as a(n) MTLC (or SMTLCS), and then lists the minimum qualifications (i.e. minimum quantity of recent comparable projects), conditions of engagement (i.e. restriction on AE firm or its staff acting as elevator SME), and some typical limitations for deliverables (i.e. cannot be proprietary; manufacturer-specific). Topic 18 being a comprehensive supplement to Elevator Design Manual and other TIL resources includes a lot of content which will not apply to the Building 48 design effort. The experience and understanding of the prescribed elevator SME is beneficial to interpretating the resource and ensuring those parts of it that apply to this work are followed. Topic 18 calls for the AE to submit the credentials of their proposed elevator SME. At the SAM solicitation website location, the Description text field says this is for Project B-23 676-22-103, Install New Elevator B-23 A/E Services, for Building 23 at the Tomah VAMC. The title of the solicitation however is for C1DA--556-23-103 (AE) Building 48 Renovation, Captain James A Lovell Federal Health Care Center. The description field provides detailed information for Building 23. The attached files however provide instructions and details for Building 48. Can you check the solicitation entry and help clarify if these are two separate projects in two different states (WI and IL)? ANSWER: The description field is incorrect so please disregard. CIDA 556-23-103 (AE) Building 48 Renovation at the Captain James A Lovell Federal Health Care Center (FHCC), North Chicago, IL is the correct title and project. There is only One (1) Solicitation for SF 330s and that is for CIDA 556-23-103 (AE) Building 48 Renovation RFI 6C25224Q0142. In the word file provided at SAM Identified as Call for SF330s (Request for Qualifications Building 48) in the instructions (page 5 of 6) it calls for 1-inch page margins, 75 pages. Should we use the default margins as provided on the SF330 form (typically half inch margins) so we don t need to reformat the forms? Are the SF330 Part II forms included in the 75-page limit? The Part II forms themselves are prepared yearly and on the standard format/margins. ANSWER: Please follow the instructions stated in the attached document (36C25224Q0142.docx published in Contract Opportunity SAM.gov) - Request for S F 330 Qualifications for Architect/Engineer (A/E) Design Services for Project Number 556-23-103 Building 48 Renovation at the Captain James A. Lovell Federal Health Care Center (FHCC) located at 3001 Green Bay Road, North Chicago, IL 60064.This is a 100% total Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. (c) Standard letter format size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font text shall be Arial 12-point black, with no less than one-inch margins on all sides. The submission shall be clear, concise and short; The Solicitation instructions indicate this SF330 is due on Monday April 1, 2024, the day after the Easter holiday weekend. Is it possible for an extension as relief for the holiday? ANSWER: This question is addressed with this Amendment 0001. NEW SF 330 QUALIFICATION DUE DATE: Monday, April 22, 2024 @ 4:30 PM (CST) Whom, should I request a drop-off link to for this submission? ANSWER: All submission of questions/qualifications shall be submitted via email and directed to both the Contract Specialist Hudell Ballen at hudell.ballen@va.gov and the Contracting Officer Stacy Hoover at stacy.hoover2@va.gov. Telephone inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc22459ac0b740ababf7e5e809c72c15/view)
- Record
- SN07004531-F 20240323/240321230042 (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 |