The RFP Database
New business relationships start here

Project: 667-19-103 Renovate Public Restrooms, Main Hospital to ADA & VA


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

Solicitation No. 36C25619R0106
CONTRACT INFORMATION: General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work.

The NAICS Code for this acquisition is 541310 Architectural Services and the applicable Small Business Size Standard is $7.5M. The area of consideration is RESTRICTED to a
500 mile driving radius of the Overton Brooks VA Medical Center, 510 E. Stoner Avenue, Shreveport, LA 71101-4295 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. Note: The 500 mile driving radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option).

In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor.

Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov and the Vendor Information Pages database at http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award shall result in elimination from consideration as a proposed contractor.

SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns.

c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design.

The magnitude for construction (not design) of this project is between $2,000,000 and $5,000,000.

SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Overton Brooks VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) Short Selection Process for Contracts Not to Exceed the Simplified Acquisition Threshold and the selection report shall serve as the final selection list which will be provided directly to the Contracting Officer.

(1) Professional qualifications necessary for satisfactory performance of required services;
(2) Specialized experience and technical competence in the type of work required;
(3) Capacity to accomplish the work in the required time;
(4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;
(5) Location in the general geographical area of the project and knowledge of the locality of the project (500 miles);
(6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
(7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
(8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (July 2016-deviation). All original Standard Form (SF) 330 packages shall be submitted to:

All original Standard Form (SF) 330 packages and Narrative Information shall be submitted as four (4) hard copies [as mentioned below in paragraph d] to:

Alexandria VA Health Care System
NCO 16 - ATTN: Kaitlyn West
RE: AE Solicitation - 36C25619R0106
510 E. Stoner Ave
Shreveport, LA 71101-4295

Only one (1) CD of the SF330 full submittal package as a single pdf file [as mentioned
below in paragraph d] shall be submitted to:

Gulf Coast Veterans Health Care System
NCO 16 - ATTN: Charles Powell
RE: AE Solicitation - 36C25619R0106
400 Veterans Ave, Bldg. T102, Rm A112
Biloxi, MS 39531-4210

(c) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25619R0106. The SF 330 form may be downloaded from
http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project.

IMPORTANT: All submissions shall be in black and white (no color of any type) and shall be on loose leafed pages. NO color submissions and NO binders of any type.

(d) Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 including Parts I and II as described herein, to the above address no later than 4:00 P.M. (CST) on Friday August 16, 2019.

FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late
proposal rules found in FAR 15.208 will be followed for late submittals.

(e) Interested firms shall address each of the Eight (8) Selection Criteria in their SF 330 s and additional documents/submittals.

THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.

PROJECT INFORMATION:
Design the Renovation of all Public Restrooms in Building 1, Main Hospital
Project No. 667-19-103
Overton Brooks VA Medical Center
510 E. Stoner Avenue
Shreveport, LA 71101

A. General Information

A 1.0 Project Background, Description and Scope of Work

Overton Brooks VAMC has a requirement to design the renovation of all public restrooms in the Main Hospital, Bldg. 1, (basement thru the 10th floor) to meet ADA and VA requirements.
AE shall;
Survey all bathrooms for ADA/VA handicap compliance.
Bathrooms not compliant are to be renovated per ADA/VA requirements.
If two smaller rest rooms cannot be made compliant, consideration shall be made to combine the two into one unisex public rest room.
Where existing space is limited, design a fully compliant ADA/VA handicap facility centrally located and open to the public on each floor or wing.
Centrally located facilities should provide separate men and women facilities and be able to accommodate several people at the same time.
Non-compliant restrooms that cannot be renovated due to space limitations shall be removed and the area converted back to office space.
The design shall be in accordance with (IAW) the latest version of all applicable VA Design Guidelines and Space Planning Criteria. The completed design shall include, but not limited to, the following systems: Life Safety, Architectural, Mechanical, Electrical, Plumbing, Structural, Controls, Communications, Specialty Work, Asbestos Abatement and Fire Alarms/Protection.
Any items or systems determined to be abandoned or no longer required shall be identified to be removed and capped or terminated.
The design shall also incorporate proper construction phasing of work with time limitations. Access and continued function/operation of adjacent occupied spaces (above, below and beside) shall be considered within the construction phasing plan to minimize the overall impact and disruptions generated by the construction activities.
This contract will provide for complete site investigation, design (construction documents), construction period services (CPS) and construction site visits.

PERIOD OF PERFORMANCE
The delivery date for this contract shall be 270 days from Notice to Proceed.
LOCATION
Overton Brooks Veterans Affairs Medical Center
510 E. Stoner Ave.
Shreveport, Louisiana 71101

TERMS OF THE SOLICITION
A. The term responsibility , used in the instructions that follow, included architectural and
engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP for OBVAMC project no. 667-19-103. It is the responsibility of the Design Offeror of A/E to provide complete Design Documents (drawings and specifications) for fully compliant and functional restrooms. Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning facilities.
B. The terms Design Team , Design Offeror , or A/E refers to the successful design
team. The design team shall consist of a CVE verified Service-Disabled Veteran-Owned
Small Business architectural/engineering firm and all associated consultants and
subcontractors.
The term Design Team or engineer refers to registered Architects and Engineering
professionals licensed/registered.
C. The terms work and project refers to the all site investigation, site survey, calculations,
testing and design for documents to renovate the OBVAMC Restrooms.
D. The term VA refers to the United States Department of Veterans Affairs and the term
VAMC refers to the Overton Brooks Veterans Affairs Medical Center in Shreveport, LA.
E. The VAMC Coordinator or COR (Contracting Officer s Representative) for this project
is; Archie Lanham at 318-990-4721, archie.lanham@va.gov.
F. The CO (Contracting Officer) for this project is TBD.
QUALITY ASSURANCE/QUALITY CONTROL (QA/QC)
The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions the firm will take during the design process to ensure a quality finished design is achieved.
COST ESTIMATE
A detailed estimate of construction cost (using RS Means or Cost Works) and Market Study/Survey shall be provided with each design submission. Emphasis shall be placed on cost and scope management. The design shall be within the project construction budget and be consistent with the identified project scope. The development of construction documents by the Design Team shall include deductive alternates, up to 20% of the project cost estimate.
DRAWINGS
This project will utilize AutoCad, version 2017 or earlier. All VA design guides and requirements can be found online at: http://www.cfm.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent shall govern.
SITE SURVEY
During the design phase, the A/E will coordinate with VA Staff to obtain information to facilitate the survey. The A/E shall verify all information provided by the VA. Where information is not available, the Design Team shall perform their own investigation at their own expense. The A/E shall provide the necessary professional services to conduct a complete site (Bldg. #1) survey as needed to identify all restroom areas needing renovation in this building.
GEOTECHNICAL SURVEY
Not Used
UTILITY SURVEY
During the design phase, the A/E will coordinate with VA Staff to obtain information to facilitate the design. The A/E shall verify all information provided by the VA. Where information is not available, the Design Team shall perform their own investigation at their own expense. The A/E shall provide the necessary professional services to conduct a complete bathroom utility survey as needed to identify all existing locations to facilitate relocation and/or new requirements, if necessary, to meet handicap requirements. An analysis of the capacity of the existing utilities to serve the renovations shall be performed. The end result of the survey/study shall be reflected in the design documents and indicate the current system capacities and the necessary work required for the utilities to adequately support the new renovations.
FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION
The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittal starting with the 50% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating the FINAL plans and specifications are in compliance with the current LSC and NFPA codes.
SEISMIC DESIGN
In accordance with the VA s manual for Seismic Design Requirements (H-18-8), OBVAMC Shreveport, LA seismicity is identified as being Low (per Table 4: Spectral Response Accelerations at VA Facilities, pg. 23); therefore, seismic design is not required.
PHYSICAL SECURITY & BLAST DESIGN
The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected Facilities.
HANDICAP ACCESSIBILITY
The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 (Barrier Free Design Guide) in all areas.
LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED)
The project will be designed to the LEED Silver level.
COMMISSIONING
Will be required as applicable to the project.


GOVERNMENT FURNISHED INFORMATION
The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL) to be used for this project, as applicable:
PG-18-1 Master Construction Specifications
PG-18-3 Design and Construction Procedures
PG-18-4 Standard Details and CAD Standards
PG-18-5 Equipment Guide List
H-18-8 Seismic Design Handbook
PG-18-9 Space Planning Criteria
PG-18-10 Design Manuals (by discipline)
PG-18-12 Design Guides (graphical, by function)
PG-18-13 Barrier Free Design Guides
PG-18-14 Room Finishes, Door and Hardware Schedules
PG-18-15 Minimum Requirements for A/E Submissions
PG-18-17 Environmental Compliance Manual
H-7545 VA Cultural Resource Management
Physical Security Design Manual for VA Facilities, Life-Safety Protected
DESIGN DELIVERABLES
SEE ATTACHMENT A
Construction Period Services (CPS): AE shall provide full post design services and construction period services IAW the Special Provisions of the contract. CPS s to include assistance with questions, request for information (RFI s), clarifications and addendums during the construction solicitation phase. CPS s also include full support through the construction phase to include but not limited to, assisting with questions, clarifications, reviewing and responding to RFI s and review/coordination of contact modifications/change orders with the necessary engineer approved/sealed instructions/drawings and 4 site visits by 2 professional designers. Before FINAL ACCEPTANCE, a full set of As Built .

Charles Powell
Contract Specialist

charles.powell2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP