The RFP Database
New business relationships start here

A&E - Renovate Building 9 Entrance and Canteen Project No. 542-19-103


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

Page 5 of 5
I. ACQUISITION INFORMATION:

The Coatesville VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A&E) services for Project No. 542-19-103, Renovate Building 9, Entrance and Canteen.

This A-E Services announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law [PL] - 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. In accordance with VAAR 852.219-10, this announcement is set-aside for firms classified as a Service-Disabled Veteran-Owned Small Business (SDVOSB). It is anticipated that one contract will be awarded from this announcement by about May 2019.


II. PROJECT INFORMATION:

The consultant shall provide all architectural, mechanical, electrical and engineering services as defined to accomplish complete contract drawings, specifications, technical reports, and cost estimates for the following work:

Veterans Canteen Service (VSC) Facilities:
The principal objective is to provide an inviting, aesthetically pleasing, and fully functional facilities for the VSC services, and to incorporate all necessary modifications to the building and building services to facilitate the principle objective. The intent of this project is for the VCS facilities to be a positive model for other medical centers.
The scope of this portion of the project involves a total renovation of the First Floor and portions of the Basement Floor, based upon collaborative A/E programming and analysis and VA direction. This will include; the design of a completely new Canteen Cafeteria, a Retail Store, and Coffee Shop, as well as other VSC services within the renovation area.
Loading Dock and Building Entry:
The principal objective is to provide improved safety, provide proper thermal/environmental isolation, and to provide visual appeal consistent with the other renovation work.
The scope of this portion of the project involves the replacement of the existing Building 9 Loading Dock entry with new separate pedestrian and loading entries, allowing approximately 500 square feet of new building utility area for this purpose. This includes all associated building envelope and structural modifications, as well as any associated utility modifications necessary to accomplish the work. The new entrances and entrance vestibules must be configured to provide wind blocks.
New Additional Elevators:
The scope of this portion of the project involves the addition of two (2) new elevators; one serving all three floors of Building 9, and the other providing freight delivery to the 1st Floor, VSC.
The new elevator to serve all floors must align with the spaces previously allocated on the First and Second Floors for this. This elevator will serve as a second elevator to the existing elevator.
The new freight elevator is to provide transport of VCS stock and deliveries from the Ground Floor to the 1st Floor and the removal of waste from the 1st Floor. Its location must be planned by the A/E, with a requirement of minimizing the intermingling of pedestrian and transport/delivery traffic.
Wayfinding:
The scope of this portion of the project includes any wayfinding remodeling or renovations in the Basement Floor to highlight the patient experience getting to the VCS spaces, and to facilitate ease of access and safety. Creation of an open stairway to the 1st Floor should be considered.
Site Integration:

The scope of this portion of the project includes full site restoration following construction. It includes new landscaping, sidewalks, and benches as necessary to integrate the new work with the existing site.

Utilities:

The scope of this portion of the project includes any replacements, relocations, or modifications necessary to building systems, services and utilities, to ensure full functionality with the renovation areas.


III. EVALUATION CRITERIA:

The A&E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance.

Team Proposed for This Project
Background of Personnel
1) Project manager
2) Other key personnel
3) Consultants

B. Proposed Management Plan
1) Design phase
2) Construction phase

C. Previous Experience of Proposed Team
1) Project experience
2) At least two (2) similar projects in size and scope

D. Project Control
1) Techniques planned to control the schedule and costs
2) Personnel responsible for schedule and cost control

E. Estimating Effectiveness
1) Eight (8) most recently bid projects

F. Response Time
1) RFI's, Submittals, Change Orders - Percentage in relation to total amount
2) Prime firm

G. Proposed Design Approach
1) Architectural, structural, environmental, electrical, plumbing, mechanical

H. Awards
1) Five (5) previous awards of similar size and scope

I. Miscellaneous Experience & Capabilities
1) Experience in NFPA 70E and 101 Life Safety Code
2) Industrial hygienist


IV. SUBMITTAL INSTRUCTIONS:

Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541310.

Where To Submit: Offerors shall submit all original proposals to:

Lebanon VA Medical Center
Contracting (125 Lev Stowe)
1700 S. Lincoln Ave.
Building 99
Lebanon, PA 17042
Lev.Stowe@va.gov

How To Submit: All SF-330 submissions shall be clearly marked with the subject line displaying the solicitation number.

Interested A&E firms having the capabilities to perform this work must submit one (1) copy of the SF-330 (8/2016 Edition) including Parts I and II as described herein and one (1) CD of the SF-330 submittal, to the above address not later than 4:30 p.m. (local) on March 25, 2019. Late proposal rules found in FAR 15.208 will be followed for late submittals.

Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF-330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF-330, Part II is already on file. SF-330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF-330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $7.5 million.

Submit only one SF-330, Part I from the Prime for the design team, completed in accordance with the SF-330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract.

The A-E shall not include company literature with the SF-330.

In block No.4, Part II, provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work.

In Section C of the SF-330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page.

In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page.

In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team.

In Section H, of the SF-330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement.

In Section H, Part I, SF-330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. Awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3.

In Section H, Part I, SF-330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered.

Personal visits to discuss this announcement will not be allowed.


V. SOLICITATION:

This is not a Request for Proposal, this is a request for SF-330's (8/2016 Edition) Architect/Engineer Firm Qualifications packages only. An award will not be made with this announcement and the Government will not pay, nor reimburse any costs associated with responding to this announcement. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued.

A/E Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. After interviews, only the most highly qualified A/E firm will be issued the solicitation.

Registration & Certification Requirements: Before a SDVOSB is proposed as a potential contractor, their certification must be current at https://www.vip.vetbiz.va.gov/, and they must also be registered in the System for Award Management (SAM) database at https://www.sam.gov/SAM/. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF-330 is submitted will result in their elimination from further consideration for award. The proposed services will be obtained through a negotiated Firm-Fixed Price contract subject to the availability of FY 19 funding.

The award of a Firm Fixed-Price contract is contemplated, and NAICS 541310, Architectural / Engineering services with a size standard $7.5M applies. Magnitude of construction project estimate is between $5,000,000 and $10,000,000.

Lev Stowe
(717)304-9291

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP