SOLICITATION NOTICE
F -- A/E: Conduct Hazardous Material Abatement, STL-JB&JC (657-25-105)
- Notice Date
- 4/4/2025 8:03:05 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525R0062
- Response Due
- 4/22/2025 1:00:00 PM
- Archive Date
- 05/22/2025
- Point of Contact
- Matthew.Finley@va.gov, Abby.MOnroe2@va.gov, Phone: 913-946-9916
- E-Mail Address
-
abby.monroe2@va.gov
(abby.monroe2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Presolicitation Notice Presolicitation Notice Page 3 of 14 Presolicitation Notice *=Required Field Presolicitation Notice Page 1 of 14 Synopsis: PROJECT TITLE: Pre-Solicitation Notice for 657-25-105 Conduct Hazardous Material Abatement, STL-JB&JC Saint Louis VA Medical Center John Cochran Division and Jefferson Barracks Division, Saint Louis, MO. CONTRACT INFORMATION a. This A/E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. b. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. c. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the St. Louis VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. 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. e. Award of any resultant contract is contingent upon the availability of funds. f. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to abby.monroe2@va.gov and matthew.finley@va.gov. Personal visits to discuss this announcement will not be allowed. g. The NAICS Codes for this procurement is 541330 Engineering Services and small business size standard of $12.5M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 60 Days (including an estimated 34 VPIH oversight days during construction period services.) calendar days including time for VA reviews. The estimated magnitude of the resulting construction price range is estimated to be between $250,000 and $500,000. h. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE SMALL BUSINESS ADMINISTRATION (SBA) REGISTRY https://veterans.certify.sba.gov, SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. j. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. k. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) l. A/E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/system/files/SF330-21.pdf). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions shall be made electronically. m. Completed package shall be delivered electronically on or before 4/22/2025 at 3:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Matthew Finley, Contracting Officer @ matthew.finley@va.gov and Abby Monroe, Contract Specialist @ abby.monroe2@va.gov. PROJECT INFORMATION The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility Engineering Service (FES) intends to partner with an AE/Industrial Hygiene Firm on a project that will produce a finished design package for a Hazardous Material Abatement Project. This package will be used to procure a separate construction contract to perform the actual abatement at John Cochran (JC) and Jefferson Barracks Divisions, St. Louis, MO. For this Project, VPIH Firm will provide Basic Professional Services as delineated in the Scope of Work for VPIH. Final abatement design documents are required No Later Than (NLT) 60 Calendar Days after the Award/Notice to Proceed Letter. Supplement B SCOPE OF WORK: A/E services are required for Schematics, Design Development, Construction Documents, Construction Cost Estimate and Construction Period Services for project number 657-25-105 Conduct Hazardous Material Abatement, STL-JB&JC. The SOW includes VPIH for additional sampling, designing an abatement plan, specifications, review and approval of Abatement Work Plan, and abatement oversight during abatement including 3rd party air monitoring as may be required by federal, state and local guidelines. This delivery order shall cover the following tasks. 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, approximately 5 site visits during construction 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 A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. The A/E shall hire a third-party commissioning agent to commission all installed equipment. 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. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project. General Statement A/E Part One Services (also known as Design Phase) for this design project includes site visit, field investigation, conduct of studies and user interviews to update drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project. This project will Conduct Hazardous Material Abatement, STL-JB&JC 2. DESIGN DEVELOPMENT: a. The VPIH shall make investigations necessary to thoroughly evaluate the area. This may include, but not limited to, hazardous materials testing, identifying any and all asbestos and lead containing materials within the project area. b. Upon completion of initial field survey and assessment, provide a comprehensive report of existing conditions and findings to VASTLHCS Facility Engineering Service. Hazardous material surveys and design shall be in compliance with National Emissions Standard for Hazardous Air Pollutants (NESHAP) requirements for renovation and demolition projects. c. The VA team will evaluate and identify any additional project scope based on the survey findings. d. This project will be phased such that it impacts hospital function as little as possible. 3. Abatement Document: a. After the VA approves the VPIH proposed scope of work, the VPIH shall prepare abatement documents necessary to accomplish the approved design development including drawings and specifications. 4. Review of Abatement Work Plan: a. The VPIH shall review the contractor s proposed Abatement Work Plan and provide approval before proceeding to construction. 5. Abatement Oversight Service: a. The VPIH shall perform oversight services as detailed later in this scope of work. 6. Functional Product: a. It is important to emphasize that the VPIH shall perform design development and detailed design work and prepare detailed abatement documents. b. VPIH Survey: The VPIH Firm will complete a survey, to include testing, identifying any and all asbestos and lead containing materials within the project area. This project will remove all lead and asbestos in areas being renovated. c. Reference VA Asbestos Abatement Design Manual (PG 18-10) July 2011: i. 1.8 DESIGN REQUIREMENTS: The following elements are required for all asbestos abatement project designs for VA facilities: i. All project designs must be developed and/or reviewed and approved by an EPA Model Curriculum trained and applicable state accredited Asbestos Project Designer. This is to ensure that all applicable federal, state, and local regulations are followed regarding the design of asbestos abatement projects. These regulations include, but are not limited to, EPA NESHAP requirements, City of St. Louis Air Pollution division requirements St. Louis County Air Pollution division requirements, and Missouri Department of Natural Resources (MDNR) requirements. VA representatives conducting peer review of asbestos designs need not be accredited Asbestos Project Designers. ii. All asbestos inspections performed in VA facilities for the purposes of gathering information for the development of the asbestos abatement project design must be performed by EPA Model Curriculum trained and applicable state-accredited Asbestos Building Inspector. iii. VA Master Specifications have been developed for typical asbestos abatement work. The appropriate sections shall be edited to meet the project scope of work and specific project requirements. iv. The VPIH shall carefully coordinate specifications with the drawings so that all work required by the drawings is included in the specifications. Specification content that does not apply to the project shall be deleted. v. The VPIH shall modify the existing Master Specifications, when feasible, to address any abatement that is not specifically identified by the VA Master Specifications. ii. 1.9.2 DRAWINGS The following criteria must be used when creating drawings to be used in support of the asbestos abatement project. i. Refer to VA Design and Construction Procedures for general drawing requirements. ii. Consolidate notes and place them on the right-hand side of the sheet. iii. Show scale, compass point, orientation, key plan, title, column grids and numbers, match-lines, room numbers and titles corresponding to the Architectural drawings. iv. Clearly identify all locations of materials to be removed during the asbestos abatement project. v. Clearly identify any life-critical systems that exist in abatement areas to ensure that these systems are isolated and not disturbed during the project. iv. 2.3.1 ABATEMENT WORK TASKS: The specific ACM to be abated during the asbestos abatement project must be identified on the detailed plan and project drawings. A summary for each work task to be performed during the abatement project, as well as a summary of the techniques to be used, in addition to safety precautions and methods must be included in the design. v. 2.3.2 UNEXPECTED DISCOVERY OF ASBESTOS: For any previously untested building components suspected to contain asbestos and located in areas to be impacted by the work, additional samples will need to be collected of any materials found to determine the presence or absence of asbestos. The sampling must be performed by an AHERA accredited Asbestos Building Inspector. d. All spaces within the scope of work must be designed according to applicable codes and standards. e. The VPIH shall submit a design narrative (15%) and design plans (100% Contract Docs for VA Review, and Release for Construction Set) specifications, submittals schedule, and other documentation in accordance with the B4 DESIGN DELIVERABLES section of this Supplement B. The construction/abatement work will be performed under a separate construction/abatement contract awarded by the VA. As a result, the Construction Documents must conform to the estimated Total Construction Cost Price, not including any contingencies, and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site. f. The VPIH will also participate in the VASTLHCS Pre-Construction Risk Assessment to determine the requirements hazardous material abatement and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the VPIH pursuant to, and inclusive of, the Construction Documents. g. Prior to submittal of a response to this proposal the VPIH shall meet with the Contracting Officer s Representative (COR) at the proposed project site to review the scope of services and the project goals. The COR will provide VPIH with a copy of the portions of the latest Facilities Condition Assessment (FCA) applicable to this project. h. Overall site plans will be provided as a Reference Drawing with Room Numbers showing the areas within the project boundary. i. The C&A requirements do not apply, and that a Security Accreditation Package is not required. 1. VPIH Responsibilities: a. Determine if asbestos, lead or mold is present. If found, design a method for abating/remediating all asbestos containing materials, lead containing materials and mold contaminated items impacting this project. b. Determine location of asbestos, lead and/or mold contamination, and any water and moisture damage. Work with the I.H. to uncover and assess hidden areas. To the extent possible, all materials known or suspected to be disturbed or otherwise impacted during this project must be sampled prior to demolition and included in the abatement design. If materials are unable to be sampled during the design phase of the project, they must be sampled during selective demolition processes during the construction phase or otherwise treated as ACM. c. For mold contamination, determine the contributing factors to the mold development. d. For asbestos and lead contamination, determine the extent of abatement required to eliminate all impacts to this project. e. Develop the Abatement Design for areas & materials covered under the project in accordance with EPA and VHA guidelines. f. Review the I.H. Report. g. Produce a written report and drawings compiling all necessary information. II. VA PROFESSIONAL INDUSTRIAL HYGIENIST (VPIH): The VPIH will retain a specialist in VPIH services to provide sufficient oversight of the abatement process. The following VPIH services will comply with federal, state and local laws and regulations: 1. Review of Contractor Provided Asbestos Abatement Plan: The VPIH is responsible for reviewing and approving the Contractor's Professional Industrial Hygienist (CPIH) work plans. Provide comments and recommendations to ensure VA personnel and/or patients are not exposed to asbestos fibers. 2. Provide Air and Materials Sampling: Provide air and materials sampling of the construction site to verify that no asbestos fibers were released during the asbestos abatement activities. Provide materials sampling within the construction site when suspect materials are uncovered and it is unconfirmed if the material contains asbestos or lead. Field work and sampling activities shall be performed by trained personnel under the direction of a licensed Industrial Hygienist or Board Certified Microbial Consultant. 3. Provide Abatement Oversight: Provide oversight of the abatement contractor to ensure compliance with abatement laws and regulations. 4. Provide Final Clearance: Ensure the contractor has completed the abatement work required and provide final clearance that the abatement work is complete and there are no impacts to the Medical Center. 5. Provide Final Report: Provide a final report showing daily logs, sampling results and collected documents. All work shall be in compliance with applicable laws, regulations and procedures published or issued by federal, state and local regulatory agencies for the abatement and control of hazardous materials. DESIGN TIMEFRAME: VPIH shall deliver final abatement design documents No Later Than (NLT) 60 Calendar Days after the Award/Notice to Proceed Letter. The follow on separate construction project will conduct abatement of Hazardous Material (Asbestos, Lead) at VASTLHCS John Cochran Division and Jefferson Barracks Division. Limited abatement will occur based on findings of the most recent survey (friable materials found, flaking lead-based paint, etc.) and investigations of the VPIH. Areas to be abated are identified and coordinated with In-House Construction Crew work or Maintenance & Operations needed repairs. Abatement could occur at any of the John Cochran or Jefferson Barracks Divisions Buildings depending on priority of upcoming IHCC & M&O work. Provide a proposal to include all labor, materials, equipment and CPIH services to perform the following work items. The estimate of construction cost is Between $250,000 and $500,000 (FAR 36.204). 3. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1.� Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary.� SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Qualifications (SF330) submitted by each firm for PROJECT NUMBER: 657-25-105 Conduct Hazardous Material Abatement, STL-JB&JC VA Medical Center s Saint Louis John Cochran Division and Jefferson Barracks Division will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS: 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. A/E firms shall have licensed professional architects and engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, CAD operators, Project Managers, LEED Consultant, Fire Protection Engineer, and Interior Designer. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Provide detailed project information on any projects (that are complete - design and construction) the proposed team has worked together on in the last five (5) years. Special emphasis will be given to any medical facility related projects that are similar in scope. If the entire team has not worked together previously, provide detailed project information that each of the team members have worked on in the last three (3) years with special emphasis on medical facility projects. The project information should include project titles, a short scope of work, date of design completion, date of construction completion, firms involved, etc. Provide the project title, scope of work, date of design start for this team, percentage of design when accepted by team and completion of design. 3. CAPACITY TO ACCOMPLISH THE WORK. The general workload and staffing capacity of the design offices which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. 4. PAST PERFORMANCE: NCO 15 will evaluate past performance on recent and similar contracts with Government agencies (emphasis on VA work) and private industry in terms of construction cost estimating, cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. 5. ESTIMATING EFFECTIVENESS.� Provide information on the five (5) most recently awarded construction projects that were designed by this A/E team.� Provide the project title, brief scope of work, A/E team s construction estimate total and actual construction award price.� If the difference is greater than 10% explain why the A/E believes the difference was greater than 10%.� If the team does not have any recent projects, provide the same information on projects that the prime A/E for this team was the prime A/E for the past projects.� Provide the names, titles and experience of the persons that will perform the design for each discipline; and then has oversight of the entire estimate. 6. CLAIMS AND TERMINATIONS: Provide documentation of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services. Provide a detailed narrative of relevant projects within the last 5 years that have claims against the organization or have been terminated by the owner. Include the circumstances, cost, and schedule impacts to involved parties, and outcomes of the claims and/or terminations, these will be reviewed
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/520ed181b0d24086ba78baacbb9d5d56/view)
- Place of Performance
- Address: Saint Louis VA Medical Center's John Cochran Division and Jefferson Barracks Divisions, St. Louis, MO
- Record
- SN07397961-F 20250406/250404230049 (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 |