The RFP Database
New business relationships start here

676-327 B400 Expand/Relocate Urgent Care & Renovate 1st FL Patient Care (D) Tomah VA Medical Center in Tomah, WI


Wisconsin, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

RFI Solicitation 36C25219Q0616
Project 676 327: Expand and Renovate B400 for Urgent & Primary Care (D) Page 2 of 10

Request for Information
RFI 36C25219Q0616

Project 676 327: Expand and Renovate B400 for Urgent & Primary Care (D)
Design/Engineering Services


SF-330 Package Due: July 8, 2019 at 4:30 p.m. CST (see details below)
RFI Points of Contact: Krist.Kluck3@va.gov
Scott.Cole3@va.gov

GENERAL DESCRIPTION: This publication is a formal Request for Information for the design of Project 676 327: Expand and Renovate B400 for Urgent & Primary at the Tomah VA Medical Center in Tomah, WI whereby interested firms shall submit a formal SF-330 package. https://www.gsa.gov/forms-library/architect-engineer-qualifications

The resultant contract shall require the firm to provide architectural design and engineering (AE) services, construction period services and site visits for this project. This project will add approximately 2,200 square feet to Building 400 to expand the urgent care space and renovate surrounding spaces. Attachment 1 contains specific details of the project scope of work.


This project will also renovate five additional areas of the hospital.
Space #1 is approximately 3,991 SF of existing Clinical space B400 that shall be renovated/refreshed for Urgent Care.
Space #2 is approximately 5,185 SF of existing Clinical space B400 that shall be
renovated/refreshed for Primary Care.
Space #3 is approximately 4,075 SF of Common space on the 1st floor of B400 to
include but not limited to the relocation of the main corridor on the west side of
the building to align it with the main corridor on the east side of the building to
improve patient flow issues.
Space #4 is approximately 3,100 SF of existing Administrative space B400 that
shall be renovated/refreshed for Specialty Care.
Space #5 is approximately 3,100 SF of existing Administrative space in B408 that
shall be renovated/refreshed for Administrative space as needed for swing space for relocation.

The budget for the construction phase of this project is between $9 million and $11 million.

During the design phase, the AE shall provide all necessary site investigation and planning to ensure the site is fully developed to complete the User requirements. All services related to the Statement of Work (SOW) shall meet codes and regulations for local, state, federal, VA, VISN, ADA, NFPA, Life safety codes, environmental, and archeological preservation.

The AE will develop standard construction documents for bidding and construction by a qualifying general contractor. The AE firm will also provide construction administration. There will be three submissions. First at the end of 35% schematic design; second at 65% design development; third at 95% design development and the final 100% package for the construction.

IAW VAAR Clause 836.606-71 Application of 6 percent architect-engineer fee limitation:
(a) The production and delivery of designs, plans, drawings, and specifications shall not exceed 6 percent of the estimated cost of construction. Other A-E fees are not included in this 6 percent. Such fees are delineated in reference (c) below.
(b) The 6 percent limit also applies to contract modifications, including modifications involving:
(1) Work not initially included in the contract. Apply the 6 percent limit to the revised total estimated construction cost.
(2) Redesign. Apply the 6 percent limit as follows
(i) Add the estimated construction cost of the redesign features to the original estimated construction cost;
(ii) Add the contract cost for the original design to the contract cost for redesign; and
(iii) Divide the total contract design cost by the total estimated construction cost. The resulting percentage may not exceed the 6 percent statutory limitation.
(c) The 6 percent fee limitation does not apply to the following architect or engineer services:
(1) Investigative services including but not limited to
(i) Determination of program requirements, including schematic or preliminary plans and estimates;
(ii) Determination of feasibility of proposed project;
(iii) Preparation of measured drawings of existing facility;
(iv) Subsurface investigation;
(v) Structural, electrical, and mechanical investigation of existing facility;
(vi) Surveys: topographic, boundary, utilities, etc.;
(vii) Environmental services;
(viii) Geo-Tech studies; and
(ix) Feasibility studies.
(2) Special consultant services that are not normally available in organizations of architects or engineers and that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required.
(3) Other
(i) Reproduction of approved designs through models, color renderings, photographs, or other presentation media;
(ii) Travel and per diem allowances other than those required for the development and review of working drawings and specifications;
(iii) Supervision or inspection of construction, review of shop drawings or samples, and other services performed during the construction phase;
(iv) All other services that are not an integral part of the production and delivery of plans, designs, and specifications; and
(v) The cost of reproducing drawings and specifications for bidding and their distribution to prospective bidders and plan file rooms.


Selection criteria will be based on the following factors:

FACTOR 1: PROFESSIONAL QUALIFICATIONS

Subfactor 1A: Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Subfactor 1B: Specific experience and qualifications of individual team members.

Subfactor 1C: Specific experience and qualifications as a team.

FACTOR 2: SPECIALIZED EXPERIENCE

Subfactor 2A: Specialized experience and technical competence in architectural and engineering services with a strong focus in government facilities and medical facilities. In particular, a strong focus will include the Department of Veterans Affairs (VA) Urgent Care Services and other VA design application guidelines, including, but not limited to physical security and resiliency, patient privacy environmental, sustainability and energy reductions.

Subfactor 2B: Capacity to accomplish the requirements within the specified budgets, cost control effectiveness, estimating accuracy and alternates for budget restraints.

FACTOR 3: CONCEPTUAL IDEAS AND CONSTRAINTS

Subfactor 3a: Provide conceptual ideas of the criteria you require for your design to produce the success of this specific project.

Subfactor 3b: Provide list of constraints and challenges you anticipate will challenge the success of this project. How will your team will you address these challenges?

FATOR 4: PAST PERFORMANCE

Subfactor 4.a: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules.

FACTOR 5: TIMELINESS

Subfactor 5a: Maintaining design schedule milestones.

Subfactor 5b: Examples of overdue late design packages.

FACTOR 6: LOCATION

Subfactor 6: Architect s office location is within a 250 miles radius of the facility and has a strong knowledge of the locality requirements. If the architect s main office is greater than 250 miles away from the project, the architect must provide details of a fully-staffed and well-established satellite office. Leasing documentation may be requested.




FACTOR 6: CLAIMS

Subfactor 6a: Record of significant claims against the firm because of improper or incomplete architectural and engineering Services.

IAW VAAR 819.703(b), when submitting RFI SF-330 packages, firms must be registered in the Federal System for Award Management website (www.SAM.gov) and CVE SDVOSB certified (https://www.vip.vetbiz.va.gov/).

The area of consideration is restricted to firms located within a 250-mile radius of the Tomah VA Medical Center in Tomah, Wisconsin.

The awarded firm is expected to meet the requirements in FAR 52.219-14 entitled Limitations on Subcontracting" (JAN 2017) and VAAR 852.219-10 entitled "VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside" (JUL 2016). Compliance will be monitored throughout contract performance. CVE-verified AE firms must be able to perform 50% of the cost of contract performance

This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small-Business (SDVOSB, CVE-Verified); NAICS Code 541310, $7.5 Million size standard applies.

AE firms that meet the requirements listed above in this request for SF 330s shall submit three (3) hard copies and (1) electronic copy .pdf (via email) of the SF-330 package by 4:00 p.m. CST on July 8, 2019 to the following address:

Mail three copies of the information to: Email one copy to:

Department of Veterans Affairs Kristi.Kluck3@va.gov
Great Lakes Acquisition Center
Attn: Kristi Kluck
115 S. 84th Street
Milwaukee, WI 53214-1476

This procurement is for the collection of SF-330 packages from qualified AE firms. IAW FAR 36.602-1(c), discussions will be held with a minimum of the three most highly qualified firms.

Based on information collected from the SF-330 and interview procedures, the government shall issue a formal Request for Proposal to the highest ranked qualified firm. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. This procedure will then continue until a mutually satisfactory contract has been negotiated.

DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

ATTACHMENTS:

Kristi Kluck, Contracting Officer
Kristi.Kluck@va.gov
and
Scott Cole, Contract Specialist
Scott.Cole3@va.gov

Kristi.Kluck3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP