The RFP Database
New business relationships start here

Construct In Patient Medicine Bed Addition (VA-19-00041530)


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

PRESOLICITATION NOTICE
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (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. 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.

1. GENERAL INFORMATION:
The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineer (A-E) services for the development of complete construction documents, which includes drawings, specifications, reports and construction phase services for project number
589-017, Construct Inpatient Medicine Bed Addition located at the Kansas City VAMC, Kansas City, Missouri 64128.

The A-E Services contract that is anticipated will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation (FAR) Part 36.6 Architect-Engineer Services and VA Acquisition Regulation (VAAR) 836.6. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms , no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.

2. PROJECT INFORMATION
This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541310 Architectural Services and the annual small business size standard is $7.5M. This project requires a full design team to complete this project.
The anticipated period of performance for completion of design is 300 calendar days after notice of award. The Estimated cost of the overall project is $13,983,000.00.

A-E DESIGN SERVICES SCOPE:

For detailed project information; See Attachment 1 Statement of Work


PART I - PREPARATION OF CONTRACT DRAWINGS AND SPECIFICATIONS
SP B10 Project deliverables
Pre-Design & Site Studies (10%)
Reference attachment 1 Statement of Work

Schematic Design (35%)
Reference attachment 1 Statement of Work

Design Development (50%)
Reference attachment 1 Statement of Work

Design Development (75%)
Reference attachment 1 Statement of Work

Construction Documents (95%)
Reference attachment 1 Statement of Work

Solicitation for Construction Proposal Documents (100%)
Reference attachment 1 Statement of Work

For Construction Documents (100%)
Reference attachment 1 Statement of Work

As-Built Documents
Reference attachment 1 Statement of Work


Contract Documents (CD) Submission
Submit a complete document set of all contract requirements. The Cover Page shall be submitted for approval signatures. If necessary, update and submit until approved by the VA.


PART II - CONSTRUCTION PERIOD SERVICES
Support services during construction to include assistance with reviewing shop drawings, reviewing submittals, answering RFI s, providing supplemental drawings, and revision sets as needed.

PART III - SITE VISITS
Performance of various facility visits for information as needed to produce project requirements. Onsite services will occur in all parts of contract services as necessary.

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. The selection process will be conducted using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and subsequent determination of the most highly qualified firms. The most highly qualified firms, not to exceed three (3) or four (4), will be invited to continue with phase two of the process. All firms not selected to continue to phase two will be notified at this time. Phase two consists of Interview Presentations for the firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Interview Presentations will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Interview Presentations and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made.

4. SELECTION CRITERIA:
Phase I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330.
1) Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants). (The firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US states. Provide Professional License numbers and/or proof of Licensure.)
2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience working in an asbestos environment, experience in hazardous abatement of materials, experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction.
3) Capacity to accomplish work in the required time. (Provide firms experience with similar size projects and available capacity of key disciplines.)
4) 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. 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 performing the work under this contract.)
5) Location in general geographical area of the project and knowledge of the locality of the project. The area of consideration for offers is a 400-mile radius between offeror principal business location and the Kansas City VA Medical Center, Kansas City Missouri 64128. Offers outside the 400-mile radius will not be considered. (Determination of mileage eligibility will be based on Google Maps (https://www.google.com/maps/dir/).
6) Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates.


Phase II: The short-listed firms will be invited to present their qualifications in person to the Evaluation Board in the form of Interview Presentations. The Interview Presentation instructions and criteria will be provided to these firms at the time they short listed. Each short-listed firm will be evaluated based on their responses to the evaluation criteria during their Interview Presentation.
5. SUBMISSION CRITERIA/REQUIREMENTS:
The below information contains the instructions and format for that shall be followed for the submission of the SF-330 Statement of Qualifications:
Submit ONE (1) SF-330 Statement of Qualifications via email to the Contracting Specialist John Fancella at john.fancella@va.gov. This shall include SF-330 Parts I and II and any applicable attachments.
The SF-330 submission is due by 5:00 PM ET ON July 18, 2019.
The SF-330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted.
The subject line of the email shall read: SF-330 Submission; 36E776-19-AP-0073 Kansas City Construct Inpatient Medicine Bed Addition.
The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp).
The page limitation of the SF-330 shall not exceed a total of 60 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in Time New Roman size 12 font, single spaced. Part II of the SF-330 Form will not count as part of the page limitations.
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 Vet Biz Registry.
All questions shall be submitted to john.fancella@va.gov
NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. For an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by VET Biz (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.
SF-330 submissions 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 evaluated. All information must be included in the SF-330 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 SF-330s.

john.fancella@va.gov

andrea.fink@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP