The RFP Database
New business relationships start here

Construct Ambulatory Surgery and Diagnostic Imaging Center at Ft McPherson, GA (VA-17-117975)


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

Page 6 of 7
This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB)

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR 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.

THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT.

THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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.

Federal Acquisitions Regulation (FAR) 36.6 selection procedures apply. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents.

GENERAL INFORMATION:

The Department of Veterans Affairs, Atlanta Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services for the development of complete construction documents, which include working drawings, specifications, reports, and construction period services, for Project # 508-343, Construct Ambulatory Surgery and Diagnostic Imaging Center, FT. McPherson, GA

The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein.

The Atlanta VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project.

Point of Contact: Elissa Goodman, Contracting Officer Email: elissa.goodman@va.gov

PROJECT INFORMATION

The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The projected award date for the anticipated A/E contract is on or before September 30, 2017.

The anticipated period of performance for completion of design is 240 calendar days after Notice to Proceed.

The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $5,000.00 and $10,000,000. The anticipated award date of the construction phase of the project is projected to be by September 30, 2018.

An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments.

STATEMENT OF TASK/SCOPE OF WORK
This project constructs a 15,000 GSF, free-standing Ambulatory Surgery and Diagnostic Imaging Center on VA-owned land at Fort McPherson VA Campus, GA. This project will comply with VHA Facility Infrastructure Requirements to Perform Standard Surgical Procedures as well as VHA Facility Infrastructure Requirements to Perform Invasive Procedures in Ambulatory Surgical Centers (ASC) standards. This Center will support rural Veterans in surrounding Georgia and Alabama counties and improve access to medical/surgical specialty care and radiological diagnostic modalities.

The Atlanta VAMC will apply for the "standard" rating may perform inpatient surgeries, such as hernia repair and ear, nose, and throat (ENT) surgeries. IAW VHA Directive 2010-018: Facility Infrastructure Requirements to Perform Standard, Intermediate, or Complex Surgical Procedures.

The Ambulatory Surgery Center will be a complete day-surgery center where patients report for their procedures in the morning, have their surgery, recuperate, and depart from the Center. There will be 4 Smart OR operating rooms, which use an integrated system of digital equipment for minimally invasive surgeries, as well as multiple recovery rooms. The Center will perform surgeries like: cataract surgery, arthroscopies, biopsies, excisions, and most ENT and plastic surgery procedures where the patient would be going home the same day. The new Center allows all of the services to be provided in one location supporting rural Veterans which enhances patient safety and convenience, increases OR efficiency, and will free up the current operating rooms to be used for patients who need to be admitted to the hospital. The new Center will employ a variety of healthcare professionals such as surgeons, anesthesiologists, certified nurse anesthetists, nurses, and technicians.

Lastly, the Atlanta VAMC serves as a Federal Coordinating Center (FCC) and a Primary Receiving Center (PRC), so adding and additional ambulatory surgery center into the communities better serves the local communities and VISN 7 facilities in times of national emergencies and natural disasters. We will have sufficient specialty care capacity to expand triage of mass casualties, staging areas for patient and staff evacuations, expanding temporary decontamination stations, etc.

Provide Space and Equipment Planning services based on the guidance included in VHA Space Planning Criteria as defined in VA Program Guide PG-18-9.

The project shall be designed in accordance with VA specifications, design guides, design manuals, design alerts, and all applicable codes and regulations.

The project shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective.B Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings. Should the 30% reduction in energy consumption prove not to be life-cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective. The following parameters shall be used for performing the analysis:

20 year life-cycle period for system comparison
Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, EnergyPlus, etc.
3% Discount Factor
Do not include taxes or insurance while computing costs.

Based upon the approved Schematics and other program materials furnished by the VA, and any further adjustments in the design scope or quality of the project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by the VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the construction of this project. The A/E shall be responsible for and liable for the professional technical accuracy and coordination of the construction contract document, detailed cost estimates, and other work furnished under this contract.

As construction costs for the Atlanta, Georgia area and in particular the Atlanta Veterans Affairs Medical Center (VAMC) are substantially different from other areas, The A/E is required to confirm estimates for each discipline with appropriate databases, manufactures, subcontractors, and general contractors to insure accuracy. Also, as the various factors involved in the construction estimating can change rapidly, it is required that the A/E develops the estimate using Microsoft Excel spreadsheet that can easily accommodate these changes. The cost estimates shall be grouped utilizing the CSI MasterFormat 2004 (M404). The cost estimate shall be quantitative, descriptive, detailed, and include facets of work and costs required to complete construction. The cost estimate shall include both Government Furnished Equipment and Contractor Furnished Equipment. The cost estimates shall be developed utilizing the latest version of R.S. Means. Cost estimates shall include both the R.S. Means unit costs and R.S. Means record identifier.

It shall be the responsibility of the A/E to advise the Government promptly when, in the A/E s judgment: the budgetary limitations prohibit design in conformance with the approved construction project scope. If the A/E estimated cost of the project exceeds the amount indicated on the VA form, sufficient options shall be recommended by the A/E at the time of the 25% Review to establish the cost within the amount indicated on the project description. Some of the agreed upon options may include additives in the final bid documents prepared by the A/E if the Contracting Officer and the A/E agree that it would be reasonable to do so.

The construction document submitted by the A/E shall represent the most economical engineering solution possible for the scope of work with A/E contract. The construction document shall be in accordance and comply with current criteria, guides, and specifications established by the Department of Veteran s Affairs and shall be in accordance with the best Engineering practices. In addition, the A/E s design shall comply with the latest OSHA, NFPA, TJC requirements and all federal, state, and local codes.

The A/E is responsible for producing a complete set of drawings, design narrative/analysis, calculations, and edited VA specifications in accordance with professional standard practices. The A/E shall outline the phasing requirements of the project. The phasing requirements shall describe the general sequence of construction work, the estimated phase duration, and the Government constraints that will influence the construction contractor s execution and completion of work. The A/E shall be responsible for recording the phase requirements.

Information, including drawings and other documentation, provided to the A/E shall be used as reference only. The A/E shall field verify everything and shall not use any drawings provided for plan or elevation views. The final drawings submitted by the A/E shall be of original design and shall be the result of field verifications, and shall not be take-offs, or tracings, of any drawings or other information provided.

Construction scheduling, i.e., sequence of events and time of construction, shall be submitted for all projects. The A/E shall use the Microsoft Project software or equivalent for submitting construction schedule. For projects which involve interruptions of existing building operations or major utility interruptions, it shall be the A/E s, responsibility to discuss the required outages with the COR/Contracting Officer, and establish a construction schedule for these interruptions in the construction contract document. The A/E must also show the requirements of the anticipated in the construction contract document. Where these outages and interruptions adversely impact the project costs or time for completion, the A/E must notify the Contracting Officer immediately. A brief description of the restrictions and their basis will be required. The time estimate shall include allowances for mobilization, lead time for materials, phasing of work, time to perform work, and allowances for weather. Current Atlanta VAMC Outpatient Clinic working hours are 7:00 AM 5:00 PM Monday through Friday, Inpatient medical and surgical units operate on a continuous basis 24 hours a day.

In an effort to reduce construction change orders due to design errors and omissions, the A/E shall develop, execute, and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. A/E shall submit a detailed QA/QC plan describing each step that will be taken during the development of the various phases of design. Each should have an appropriate space where a senior member of the firm can initial and date when the action has been completed.

Provide any civil, structural, architectural, electrical, environmental, biomedical, mechanical and low voltage systems investigative work of existing systems necessary to insure the accuracy of your design.

Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design.

Fire and Life Safety Peer Review

Provide the services of an independent Fire Protection (FP) engineer not affiliated with the prime consultant to conduct Fire and Life Safety Peer reviews of 50%, 75% and 100% submissions. FP engineer shall submit reports summarizing each review directly to the VA COR/Contracting Officer.

Other

Complete review of all RFI, shop drawings or samples and all pieces of supporting documentation (manufacturers information, test reports, field reports, daily reports, installation recommendations, etc.).

The VA will control and authorize each field/site visit and/or reject unwarranted field/site visit including the final inspection.

Fire Safety Peer Review of the 50% and 100% submissions.

Reproduction costs - The cost of reproducing drawings and specifications and all other supporting documentation, and delivery to the VA Contracting Officer shall be itemized and documentation within the A/E Schedule of Values. Provide these estimates.

The A/E will be required to perform all necessary site survey work such as verifying record drawings.

The AE firm shall design this project with 20% deducts alternates included.

The following investigative work shall be included within the scope of this project:

Provide all Engineer investigative work for application to this project including but not limited to soil studies, vibration studies, electrical load testing, structural analysis and any other test or study required to complete this project. Field verify existing conditions to insure the accuracy of your design, and verify location of underground utilities prior to necessary excavations. It is the A/E s responsibility to determine existing conditions and to base the design on this information.

Materials to be furnished to the A/E by the VA The following shall be furnished to the A/E upon request:

VA Engineering Service will provide the A/E with all applicable drawings for the project. The accuracy of the paper copies of Drawings is not guaranteed and shall be used only for general information and reference. The A/E will then make copies of these drawings at the VA using VA equipment.

The A/E shall not use any drawings provided for plan or elevation views. The final drawings submitted by the A/E shall be of original design and shall be the result of field verifications, and shall not be take-offs, or tracings, of any drawings or other information provided.

All VA standards, specifications, Space Planning Criteria, Equipment & Design Guides List and design submission guidelines can be obtained by accessing the World Wide Web at the following address: http://www.cfm.va.gov/TIL/

3. 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. Following initial evaluation, no less than three firms that are selected as the most highly qualified based on the selection criteria responses, will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions.

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. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract.

4. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance:

Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s). (The firm and A/E on staff representing the project or signing drawings in each discipline must be licensed to practice in accordance with the Georgia State law requirements. Provide Professional License numbers and or proof of Licensure.)

Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (Include Government and private Experience on similar projects)

Capacity to accomplish work in the required time. (Provide firms experience with similar size projects and available capacity of key disciplines).

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Government Past Performance Information Systems may be accessed)

Location in general geographical area of the project and knowledge of the locality of the project;
(SF 330 submittal should show your knowledge of the locality of the project.)

The area of consideration for offers is a 400 mile driving radius between offeror principal business location (or satellite office) and the Fort McPherson VA Campus located at 1701 Hardee Avenue, SW, Atlanta GA, 30310. Offers outside the 400 mile radius will not be considered. (Determination of mileage eligibility will be based on www.mapquest.com).

Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations)

Record of significant claims against the firm because of improper or incomplete architectural and engineering services.

Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

The selected A/E must have previous experience in the design of design of Medical Facilities. The A/E must provide documentation of at least three designs of Medical Facilities of equal scope and magnitude. The design experience submitted under this criterion must have been completed within the past five (5) years and must contain references with names, and phone numbers, and submitted along with the SF330.

4. SUBMISSION CRITERIA/REQUIREMENTS:

Interested firms having the capabilities to perform this work must submit:

ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to elissa.goodman@va.gov no later than 3:30 p.m. Eastern Standard Time on July 25, 2017.

Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer.

Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, # VA247-17-R-0658 Construct Ambulatory Surgery and Diagnostic Imaging Center at Ft McPherson, GA, Project #508-343 (1 of n, 2 of n, etc.).

AND

MAIL THREE (3) HARDCOPIES of SF 330, including Parts I and II, and attachments to:

Department of Veterans Affairs
Network Contracting Office 7
LaVista Business Park Bldg A
2008 Weems Road
Tucker GA, 30084

ATTN: Elissa Goodman

All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay).

Interested firms are responsible for ensuring delivery of submission.

All SF 330 submissions must include the following information either on the SF 330 or by accompanying document:

1) 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 VetBiz Registry
6) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process.
7) References noted in Selection Criteria 9

REQUESTS FOR INFORMATON ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to elissa.goodman@va.gov.

The firm and or AE on staff representing the project must follow State of Georgia guidelines under State law for all licensing requirements to sign and seal drawings.

Examples of information resources are:

Architects - State of Georgia:
http://www.stateofgeorgia.com/architects1.html

NCARB rules for all States and PR/VI on architectural Licensing:
http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z

NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System For Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor.

All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.

Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting.

Electronic submittals 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 considered. All information must be included in the SF330 submission package.

It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of SF330s

elissa.goodman@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP