The RFP Database
New business relationships start here

REPAIR SEISMIC DEFICIENCIES BLDG 1 DESIGN - POPLAR BLUFF VAMC


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:
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 # 657A4-19-800 FCA - Correct Seismic Deficiencies for Building 1 project located at the Poplar Bluff VA Medical Center in Poplar Bluff, Missouri.
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 $7.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before August 30, 2019.
The anticipated period of performance for completion of design is 262 calendar days after notice of award. The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is $2,475,000.00.
SCOPE OF CONSTRUCTION PROJECT
The A/E shall address all FCAs related to non-structural components.
Base Bid: Items 1, 2, 3, 4, 5,
FCA 116800 C Condition, Brick Veneer: Repair brick that is cracking, damaged, or in need or replacement around windows and stair ways.
FCA 78939 D Condition, Brick Veneer: Reference FCA Report, Stairwells, tuckpoint.
FCA 254073 through 254099 D Condition, Non-Structural Components, lay in ceiling tile, elevator guards cable retainer, fire suppression piping, electrical equipment, all other building systems, wall mounting, ceiling mounting, floor mounting, reference FCA Report.
FCA 78945 D Condition, Replace Windows. Remove and replace stone under windows (sandstone sill) that is falling out (hazard). Consider 3 different synthetic building materials. Remove fans and AC units where applicable.
All other FCAs related to Seismic deficiencies for Building 1.
Bid Alternate 1: Base Bid + Item 6 + Item 7
Provide study and approval to connect ceiling mounted patient lifts. The new lifts are an increase in weight capacity and require certification that the structure can carry the load. These rooms are all within Building 1: reference attached at end of document.
Provide study of roof components (satellites and AHUs) for seismic bracing.
Bid Alternate 2: Base Bid + Item 8 + Item 9
Repair of Building 23 (Logistics Warehouse) cracked foundation and concrete foundation that is breaking away or has fallen away on each corner.
Replace Building 7 Windows.
Bid Alternate 3: Base Bid + Item 6 + Item 7 + Item 8 + Item 9 (All listed items)
This project may include, but is not limited to, demolition, new construction of architectural systems, electrical power, HVAC systems, plumbing systems, data/voice, and exterior and interior finishes. The A/E will be required to design within the construction budget.
Architect or architect/engineer (A/E) firm shall be capable of preparing all design documentation including, but not limited to, advanced planning and design of the corrected fire and life safety systems at the John J. Pershing Veterans Administration Hospital in Poplar Bluff, MO. Prime contractor shall have, but not limited to, the following licensed/registered specialty disciplines as members of their firm/team: Architect, Mechanical Engineer, Plumbing Engineer, Electrical Engineer, Life Safety Engineer, and Communications Designer, Interior Designers, and Cost Estimators. The team shall have demonstrable experience in programing, planning and design of complex healthcare projects of a similar nature.
The A/E must design using all current VA standards and meet all current codes for mechanical, plumbing, electrical, fire protection, seismic, architecture, and life safety. All spaces will be designed to meet the Interagency Security Committee and other relevant physical security guidelines.
It is important to emphasize that the A/E shall perform design development, detailed design work, prepare detailed construction documents, keeping in mind that the end results is a completely functional, certified, and fully operational product.
The final design documents from a resultant contract will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting.
As part of the final submission the A/E shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed four written pages in length.
The C&A requirements do not apply, and that a Security Accreditation Package is not required.
The Government has first right of refusal on all demolished or removed items at the discretion of the COR.

SCOPE OF WORK FOR A/E

Design Development: The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted as a result of this project. The A/E shall make investigations necessary to thoroughly evaluate the area and systems. Their investigation shall include a full and comprehensive review of the Facility Condition Assessment and the 2016 Code Review Assessment. All designs shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. A phasing plan and critical method scheduling shall be utilized to minimize patient and facility impact. The phasing plan shall indicate and address disruption of services, notification of 21 calendar days prior for disruption, and outside of operating hours work.
Construction Document:
After the VAMC approves the A/E's design development, the A/E shall prepare construction documents necessary to accomplish the approved design development.
A/E will provide a 1 to 4 page scope of work summary of the project to the contracting officer when 100% design documents are complete
Construction Period Service:
The A/E shall perform construction period services as detailed later in this scope of work.
D. Functional Product
It is important to emphasize that the A/E shall perform design development, detailed design work, prepare detailed construction documents, keeping in mind that the end results is a completely functional fully operational product. This includes Life Safety, Critical Equipment, and Critical Patient utility systems.
The final design documents from a resultant task order will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel.B These individuals will be identified by the COR at the first design review meeting.

DESIGN DEVELOPMENT
A/E firm shall:
Meet with Facilities, and other personnel prior to start of design to determine detailed requirements of work involved.
Work from existing building and site drawings furnished by the VA to develop project design. (These are to be used only as guidelines)
Perform any necessary on-site field investigations to accomplish work and to verify drawings provided by the VA.
Prepare rough sketches, if necessary, to solve possible problems in design throughout the contract.
A/E firm shall make investigations necessary to thoroughly evaluate the conditions of the existing facility and its systems. There will not be a systems redesign for this process. The design shall include any energy efficiency improvements available for the application. All designs shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, PG-18-15, Volume C. A/E shall plan for the following design and design review meetings as part of the Scope of Work:
An initial kickoff meeting will be held with the Contracting Officer and JJPVAMC engineering staff. This meeting will be intended to provide an onsite familiarization with the project. The VA will provide workload data, as-built drawings, Facility Condition Assessment, and the 2018 Code Review Assessment.
A second meeting will be held with the JJPVAMC engineering staff, required safety and facility management staff, and senior leadership staff. This will serve as an opportunity for the A/E to gain a further understanding of the direction the facility wants the project to go. The A/E should be prepared to discuss the scope of the project, provide examples of current VA standard system layouts, site drawings identifying the project area(s) showing a basic schematic layout of the various systems, a timeline for design and a brief construction summary. The A/E shall record the minutes of the meeting to document the thoughts and concerns of the facility.
The A/E shall review onsite the existing locations and deficiencies of the various functions and systems that will be corrected to help understand the needs of the facility. They shall meet with the facilities management and safety leaders of the facility to review and compare the VA design guides and the specific corrections required by the deficiencies needs.
A/E Design Submissions shall comply with the VA A/E Design Submission Requirements as found in the VA Technical Information Library (TIL). JJPVAMC will provide comments and guidance following each design review session. All meetings shall be held at the JJPVAMC in Poplar Bluff, MO.
Mechanical, plumbing, electrical, and fire and safety systems must meet current codes and standards, including VA Standards. All new space and utilities will be designed to meeting the Interagency Security Committee s and other relevant physical security guidelines. The completed project shall be capable of achieving LEEDS certification where applicable.

CONSTRUCTION DOCUMENTS
A/E firm shall complete such further investigations to develop selected items into working drawings and specifications for issuance through the competitive bid process or through other bidding methods of procurement.
In most instances, copies of the VA Master Construction Specifications will be available off the Internet, which will be edited and incorporated in the project specifications. In those instances where copies of the VA Master Construction Specifications are not available, the A/E shall develop the specification for incorporation into the project specifications. Copies of design guides, space criteria, room finishes, and other VA guidelines are also available off the Internet.
Working drawings and specifications shall provide for construction within the National Fire Protection Association Code, VA Standards, and other national codes.
A/E shall incorporate VA Contracting Officer furnished material into the finished construction specifications, which will include such things as the bid forms, labor standards provisions, and general clauses relating to construction.




REVIEW SCHEDULE FOR DESIGN DEVELOPMENT AND CONSTRUCTION DOCUMENTS
A. A/E firm shall provide two (2) copies of such drawings, construction cost estimates, and specifications developed at the following points in completion of design for functional review by the VA. 1 Drawing set shall be Full Sized at 30 x42 and 1 Half Sized.
Design Development (DD) to VA 60 calendar days after Notice of Award
Joint Design Development review within 10 calendar days of DD submittal
60% Construction Documents to VA 30 calendar days after DD joint review meeting
Joint 60% Review within 14 calendar days after receipt of 60% submittal
90% Construction documents to VA 30 calendar days after 60% joint review meeting
Joint 90% Review within 28 calendar days after receipt of 90% Construction documents
100% Construction Documents to VA 30 calendar days after 90% review
VA review 100% drawings within 14 calendar days after receipt of 100% Construction documents
Resubmitted 100% CDs 14 calendar days after VA 100% review. Total of 262 calendar days for construction document completion.
Also, with 100% submission the A/E firm shall submit, electronically, one set of design calculations, as well as a complete list of submittals required of the construction contractor.

REPRODUCTION OF DRAWINGS AND SPECIFICAITONS
A/E firm shall provide to the VA COR two (2) sets of drawings and one (1) set of specifications (hard copies) at each design review period, beginning with Design Development. One (1) set of the drawings shall be half-size and the remaining set shall be full size. Specifications should be provided in both hardcopy and electronic form in both Word format and PDF format. A complete set of PDF drawings, AutoCAD drawings and Revit models will also be required at each submission. One half size set of drawings and one set of specs shall be sent to the Contracting Officer at the 90% and 100% construction document review periods.
A/E firm shall provide the VA one (1) hardcopy set of half-size drawings and specifications as the resubmitted 100% CDs, and one final hardcopy set of half-size drawings incorporating the conformed set of drawings per the construction award.
At the 90% and 100% construction document review periods, the specifications should have all revisions incorporated providing a clean set of specifications for review and approval.
AS-BUILT DRAWINGS
A/E firm shall provide a clause in the specifications indicating method by which a contractor will provide information to the firm to allow the firm to provide as-built drawings upon completion of construction.
A/E firm shall submit one (1) copy of prints and one (1) complete set of permanent Mylar drawings. Pencil is not considered permanent. A complete set of drawings shall also be provided on disc using AutoCAD Release 2016 or later version and in *.pdf. Layering shall be per format already built into the program. These are due to the VA within 30 calendar days of receipt of redline drawings from the construction contractor.

CONSTRUCTION PERIOD SERVICES
A/E firm shall provide such construction period services to allow the VA to monitor the contract on a daily basis with adequate support from the A/E firm. The items of support shall include, but not be limited to:
Review of all technical submittals, shop drawings and other technical correspondence. All submittals and shop drawings shall be reviewed within two weeks of receipt.
The A/E will provide and maintain a Submittal Exchange or equal web system that will be accessible to the VA staff assigned to the project. This site shall be used throughout the duration of the project during both design and construction for meeting minutes and design reviews during the design phase and used by A/E, COR, Contracting Officer and construction contractor during construction phase to upload: submittal reviews, meeting minutes, construction daily logs, etc.
Provide advice and consultation on RFIs raised by the VA or the contractor on technical matters. Provide additional design and sketches as necessary should issues arise with the constructability of the initial design.
Provide cost estimates as necessary to assist in negotiating any changes to the contract.
Provide bidding period services to support any technical questions and/or potential revisions/corrections to the specifications and drawings during the solicitation of the construction project.

SITE VISITS
A/E firm shall provide representatives to make periodic site visits during the construction to provide additional support to the VA in managing the contract.
Site visits shall be at a fixed cost per site visit.
General Site Visits: Provide sixteen (16).
Pre-bid Conference: Provide one (1).
Final inspections, at completion of project and/or at completion of any phase where the VA must accept work done by the contractor.
Formal documentation will be required for all site visits. Final inspection reports will be prepared by the A/E firm and submitted to the VA for issuance to the contractor. Record of site visits will be in accordance with, Special Provisions of the Contract.
Unused site visits will be deducted from the final contract amount at the completion of the contract.

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. A minimum of three (3) of the highest rated 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: 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 in order 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, historic Government buildings, sustainability factors (described in Guiding Principles Checklist for New Construction and Modernization, April 15, 2018) such as experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. Include Government and private experience on projects similar in size, scope and complexity that included project phasing to maintain hospital operations during construction.

3) Capacity to accomplish work in the required time. Provide the available capacity of key disciplines by providing current project work load. Approach for Phasing of Construction due to other current projects, limited campus space, and ability to keep Hospital operations continuous or minimally impacted.B

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 re-quested 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 1,050 mile driving radius between offeror principal business location and the Poplar Bluff VA Medical Center. Offers out-side the 1,050 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: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of interview presentations. The selected firms will be invited to present their qualifications in person to the Evaluation Board. The instructions for interview presentations and criteria will be provided to only the selected firms. Each selected firm will be evaluated based on their responses to the evaluation criteria during their interview presentation. The top-rated firm will be selected based on their rating from the interview presentations.
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 Contract Specialist Jason Schultz at Jason.Schultz@va.gov. This shall include Parts I and II and any applicable attachments.
The SF-330 submission is due by 2:00 PM ET ON JUNE 17, 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; 36E77619R0045 FCA - Correct Seismic Deficiencies for Building 1 .
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 THIRTY_FIVE (35) pages. This includes title page, table of contents, and any other relevant information. Each page shall be in Arial or Times 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:
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 Jason.Schultz@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.

Jason Schultz

Jason.Schultz@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP