The RFP Database
New business relationships start here

Correct Seismic Deficiency - Building 13 Design 657A5-19-800 FCA (VA-19-00043796)


Ohio, United States
Government : Federal
RFP
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:
Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design 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 # 657A5-19-800 Correct Seismic Deficiencies B13 project located at the of the Marion VA Medical Center located at 2401 W Main St, Marion, IL 62959.
The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 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 $7.5 Million. This project requires a full design team to complete this project.
The anticipated period of performance for completion of design is 182 calendar days after notice of award. The estimated cost of construction ( ECC) is $2,700,00.00.
Scope of the Project:
The A/E team, including architects, engineers, surveyors, and professional consultants shall provide design services for the development of specifications and drawings to correct seismic deficiencies in building 13. Project will install seismic bracing for non-structural building components and equipment in building 13. Project shall be designed according H-18-8 VA Seismic Design Requirements, VHA Directive 7512 Seismic Safety of VA Buildings , FEMA 396, VA Master Construction Specifications, and IBC codes for healthcare facilities. Submission requirements for this seismic project will come from VA Program Guide, PG-18-15 Volume F A/E Submission Instructions for Seismic Upgrade Projects.
The A/E is to include 15%, 30%, 60%, 90%, and 100% design submissions for design review meetings and final RTA mylars and electronic files for both specifications and drawings. Also included as part of contract are construction cost estimates, all required site investigations, site visits and construction period services.
Prior to assignment of any work on-site, the contractor, along with all sub-contractors, shall procure and wear VA issued ID badges at all times. The ID procedure will be discussed at the pre-con meeting.
Contractor shall not take any photographs or videos without the authority of the contracting officer in writing. Contractor, along with VA personnel, shall discuss work assignments and check-in check-out procedures at the pre-con meeting.
VA designated employee will escort contractor during work in patient care areas and IT closets.
Design Review Submission Requirement (15% Review)

Site surveys, meet with staff, and verify existing conditions.
Investigate existing site location and assess conditions of all utilities/systems. Site electrical loading of existing system to determine capacity of new lighting. Report of findings.
Cost estimate 4 copies
Coordinate project development /renovation with station engineer and VA design group.
Site (15% complete) (4) blue line copies (2 full size & 2 half size)
Listing of Spec. Sections for Construction Documents
Provide impact statements in regard to relocation of utilities, system modifications, and functions.
Discuss/develop list of equipment relocation s, salvage, and new installations.
Provide input for determining which type of bidding process the VA should use i.e. competitive, 8a set aside, competitive 8a bid, etc. Future estimates for construction shall be base on selected bid process.
Develop VISN CAM submittal package to include drawings, estimates, report, space drawings, etc. on the selected option. (1) package.
See attachment detailing requirements for specs, drawings, and estimate (H-08-15 Volume C)

Design Development Submission (30% REVIEW)
Cost estimate - 4 copies
Drawing (30% complete) (4) blue line copies (2 full size & 2 half size)
Specifications (30% complete) 4 copies
Discuss/develop final list of new equipment plan, demolition plan, and hazardous waste removal plan (if necessary).
See attachment detailing requirements for specs, drawings, and estimate (H-08-15 Volume C) Estimate with cover sheet, (6) Presentation Boards (Artist Rendition and Design Boards).
(www.va.gov/facmgt/standard/aeinfo/aesubmin.doc)

Design Development Submission (60% level)
Cost estimate - 4 copies
Drawing (60% complete) (4) blue line copies (2 full size & 2 half size)
Specifications (60% complete) 4 copies
Discuss/develop final list of new equipment plan, demolition plan, and hazardous waste removal plan (if necessary).
See attachment detailing requirements for specs, drawings, and estimate (H-08-15 Volume C)
(www.va.gov/facmgt/standard/aeinfo/aesubmin.doc)

Design Development Submission (90% level)
Cost estimate - 4 copies
Drawing (90% complete) (4) blue line copies (2 full size & 2 half size)
Specifications (90% complete) 4 copies
Discuss/develop final list of new equipment plan, demolition plan, and hazardous waste removal plan (if necessary).
See attachment detailing requirements for specs, drawings, and estimate (H-08-15 Volume C)
(www.va.gov/facmgt/standard/aeinfo/aesubmin.doc)

Design Development Submission (100% level) CD
Detail Cost estimate - 4 copies
Drawing (100% complete) - 4 blue line copies (2 full size & 2 half size).
Specifications (100% complete) 4 copies.
4List of Submittals
A/E to submit one (1) complete design package (specs & drawings) to VISN Fire/Safety Officer and VISN CAM Officer for review and comments. A/E to incorporate comments into final design document before reproduction.
A/E to provide Mylars for reproduction after completion of the project and will include all redlined deviations to the project accepted by the A/EVA signatures plus 2 blue line copies (1 full size & 1 half size).
Provide contract drawings on CD-R recordable discs (Auto Cad Release 2006 or later)
See attachment detailing requirements for specs, drawings, and estimate (H-08-15 Volume C) (www.va.gov/facmgt/standard/aeinfo/aesubmin.doc)

NOTE: Department of Veterans Affairs "as-builts" are not up to date and must be field verified. A/E will take minutes of all design review meetings and provide the Department of Veterans Affairs with a copy in 3 working days of meeting. Department of Veterans Affairs assumes no responsibility for the correctness of the current as-builts .

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 made using a two phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. The highest rated three (3) to four (4) firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Interview Presentations for the short listed 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: The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria.

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 in order 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 SF 330 must be completed by the office/branch/individual team member actually 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 200 driving radius between offeror principal business location and the Marion VA Medical Center. Offers outside the 200 mile radius will not be considered. (Determination of mileage eligibility will be based on Google Maps (https://www.google.com/maps/dir/).

6) The ability to comply with FAR Clause 52.219-14. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

Phase II (FOR INFORMATIONAL PURPOSES AT THIS TIME, DO NOT SUMBIT WITH PHASE I SUMBISSION): In accordance with FAR 36.602-3(c), Interview Presentations, the highest ranking firms will be short listed and 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 are short listed. Each short listed firm will be evaluated based on their responses to the evaluation criteria during their Interview Presentation. The highest rated firm will be selected based on their rating from the interview presentations. The evaluation factors are listed below in equal order of importance.

5. PHASE I 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 Contract Specialist Joshua Slapnicker at Joshua.slapnicker@va.gov. This shall include SF-330 and any applicable attachments.
All Responses are due on or before June 7, 2019 11:00 AM Eastern Standard Time.
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; 36E77619R0047 Correct Seismic Deficiencies B13 Marion PHASE I .
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 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial 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 via email to joshua.slapnicker@va.gov.
NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order 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.

joshua.slapnicker@va.gov

joshua.slapnicker@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP