The RFP Database
New business relationships start here

Project 676-324: Construct Two Community Living Center Homes (AE)


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

Request for Information
RFI VA69D-15-N-0054
Project 676-324 Construct Community Living Center
Design/Engineering Services


I.    GENERAL DESCRIPTION: This publication is a formal Request for Information whereby interested firms shall submit a formal SF-330 package. The resultant contract shall require the firm to provide architectural design/engineering (A/E) services and construction period services for the construction of two new stand-alone GREEN HOUSEB. nursing homes (approximately 8,566 SF each) accommodating approximately ten Community Living Center (CLC) residents per home at the Tomah VA Medical Center in Tomah, WI. These units will be constructed on a site adjacent to, and back to back, with the two similar CLC units recently constructed. The new homes shall be similar in layout and floor plan to the adjacent CLC homes completed in 2014; minor design modifications may be identified during the different design phases. In addition to the stand-alone buildings and landscaping, a frontage street with parking, curb/gutter, and sidewalk is needed for access to the front of the homes. Also, the A/E shall provide all necessary site investigation and planning to ensure the site is fully developed to complete the User requirements. All services related to the Statement of Work (SOW) shall meet codes and regulations for local, state, federal, VA, VISN, ADA, NFPA, Life safety codes, environmental, and archeological preservation.

The A/E will develop standard construction documents for bidding and construction by a qualifying general contractor. The A/E firm will also provide construction administration. There will be three submissions. First at the end of schematic design (35%); second at design development (65%); and last at construction document completion (100%).

IAW VAAR Clause 836.606-73 and the Brooks Act, the total cost of the architect and engineering design services must not exceed 6% of the estimated cost of the construction phase of the project, plus any fees for related services and activities such as investigative services, specialty consultant services, travel costs other than those directly related to the development of construction documents, reproducing design drawings and specification for the construction solicitation phase.

The magnitude of the design phase of this project is between $250,000 and $500,000. The magnitude of the resulting construction portion of this project is between $5,000,000 and $10,000,000.

II.    SCOPE OF WORK:

A.    This project will construct two stand-alone, ten-bed, one-story CLC homes.

B.    This project will also involve the installation and/or extension of mechanical, IT, electrical, plumbing, sanitary, and storm systems as necessary to serve the new buildings. Systems shall be similar to the recently constructed CLC homes.

C.    Design features, color, and style shall be similar to the recently constructed CLC homes. The two existing buildings shall be used as a model for the new buildings.

D.    Architectural renderings of two exterior views and four interior views shall be included in this project. Renderings are to be provided at 35% review in conjunction with an informational open house on the design plan and direction.

E.    Provide an interior finish board displaying proposed interior design elements such as furniture, window treatment beyond blinds, art and accessories.

F.    Design of a frontage road with on street parking, sidewalk, street lighting, and driveway access. Frontage road will be either a cul-de-sac or a through connector street.

G.    Design of a dry-style water retention pond(s) for surface run off from the existing CLCs, the two new CLCs and adjacent parking lots. The new retention pond(s) shall comply with all federal, state and local requirements.

III.    Selection criteria will be based on the following factors:

A.    Firm Experience/Professional qualifications necessary for satisfactory performance of required services (including a joint venture or association); including knowledge in design and construction requirements.

B.    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.

C.    Capacity to accomplish the work in the required time including; maintaining project schedules, maintaining project budgets, cost control effectiveness, and estimating accuracy.

D.    Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans' Affairs.

E.    Formal business location within a 250 mile radius and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.

F.    Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

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

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

IV.    IAW VAAR 819.703(b), when submitting RFI SF-330 packages, firms must be registered in the Federal System for Award Management website (www.SAM.gov).

V.    The area of consideration is restricted to firms located within a 250 mile radius of the Tomah VA Medical Center in Tomah, Wisconsin.

VI.    The awarded firm is expected to meet the requirements in FAR 52.219-14 entitled "Limitations on Subcontracting" (NOV 2011) and VAAR 852.219-10 entitled "VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside" (DEC 2009). Compliance will be monitored throughout contract performance. The A/E firm must be able to perform 50% of the cost of contract performance, which shall be performed by the employees of the firm.

VII.    This solicitation is a 100% set-aside for Service Disabled Veteran Owned Small-Business (SDVOSB, CVE-Verified); NAICS Code 541310 Small Business/$7.5 Million size standard applies.

VIII.    A/E firms that meet the requirements listed above in this request for SF 330s shall submit two (2) hard copies and (1) electronic copy (via email) of the SF-330 package by 4:00 p.m. CST on November 7, 2014 to the following address:

Mail two copies of the information to:        Email one copy to:

Department of Veterans Affairs            Kristi.Kluck3@va.gov
Great Lakes Acquisition Center
Attn: Kristi Kluck
115 S. 84th Street
Milwaukee, WI 53214-1476

IX.    This procurement is for the collection of SF-330 packages from firms. IAW FAR 36.602-1(c), discussions will be held with a minimum of the three most highly qualified firms. Discussions shall include specific concepts of the design requirements, the relative utility of alternative methods and feasible ways to prescribe the use of recovered materials and achieve waste reduction and energy-efficiency in facility design.

X.    Based on information collected from the SF-330 and discussion procedures, the government shall then issue a formal Request for Proposal to the highest ranked qualified firm. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm, and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. This procedure will then continue until a mutually satisfactory contract has been negotiated.
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

Kristi Kluck
Kristi.Kluck3@va.gov

Kristi.Kluck3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP