The RFP Database
New business relationships start here

Renovate B MOD for PACT (VA-19-00039806)


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

DESCRIPTION: This is a Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Oklahoma City Veterans Affairs Medical Center (VAMC) located at 921 NE 13th Street Oklahoma City OK 73140. This requirement is being set-aside to Service Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. Written questions pertaining to this requirement should be submitted no later than 2:00 PM. Central Daylight Time (CDT) May 13, 2019 Interested firms should submit their current SF-330, Parts I and II, to aldo.girany@va.gov The SF-330s are due no later than 2:00 PM, CDT, May 23, 2019.

SCOPE OF WORK: This project is located at the Oklahoma City VA Medical Facility. It involves all design work and phasing.
Development of a full design-bid-build package and Request for Proposal (RFP) packages to demolish and renovate approximately 6,898 sq. ft. of existing clinical space within Building 1 at the OKCVA medical center incorporating the most current version of the VA s PACT Space Module Design Guide and industry best practices.
A standalone design, including all necessary infrastructure improvements and the correction of existing code and/or safety violations, shall be based upon the OKCVA s intent to phase the future renovation of the remaining existing Primary Care areas (e.g. C MOD, and D MOD) which are physically located in relative proximity to this initial phase on the Ground Level within Building 1 of the OKCVA medical center;
The design, engineering, surveying, infrastructure improvements, and interior design shall include provisions, considerations, and the specification of materials and products in order to allow for uniformity and availability of materials and products in the two (2) future expansion phases and the facilities master plan.
The A/E services shall include (but not limited to) the following:
Multi-disciplined design support and consultant services
Proposed work plan approach;
Site investigations, including all the necessary field verification of the facility s as-built drawings;
Civil engineering;
Architectural design;
Structural engineering;
Universal design;
Sustainable design;
Environmental design including mitigation and permitting for any identified impacts;
Mechanical, electrical, and plumbing (MEP) engineering, including fire protection;
Lighting design;
Fire life safety, alarm, protection system;
Physical security and access control systems;
Wayfinding and signage systems design;
Medical Air
Construction cost estimating;
Construction phasing;
Construction period services, inspections.
Environmental Protection, and other permits and approvals as appropriate;
Preparation of high-end media to support public outreach programs;
Design management approach and logistics plan development;
Design QA/QC program, including but not limited to:
contractor submittal review, contract modifications, engineering advice during construction
preparation of OMB 300 documentation
energy computations, LEED studies/certification
life safety code studies
as-built preparation
Value Engineering studies/evaluations;
inspection, evaluation, and reports on completed projects;
The A-E shall be required to prepare plans, specifications, design analyses, and cost estimates, using current Department of Veterans Affairs Master Specifications, Unified Facilities Guide Specifications, International Building Codes, National Fire Protection Association codes, and other agency standards, as required, for a variety of projects. In addition, the A-E shall be required to follow VA specific references provided in the Department of Veterans Affairs Technical Information Library at: http://www.cfm.va.gov/til
Additional design services that may be identified by OKCVA on an as needed basis.
The NAICS code for this procurement will be 541330, Engineering Services. The current small business size standard for 541330 is $15million.
OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA:
The submitted SF-330s will be evaluated on the following criteria:
This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.601-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals:

The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4) but are equal value among themselves; Criteria (7) and (8) are the least important and listed in descending order of importance. Specific evaluation criteria include:
1. 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.
2. Professional Qualifications necessary for satisfactory performance of required services.
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. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
6. Location in the general geographical area of the project 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.
7. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
Criterion 1 - 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. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to:

Experience with multi-phased hospital design and construction programs, to include continuity of services during construction;
Experience with construction and renovation phasing in hospitals, larger infrastructure projects and other VA facilities;
Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals).

Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF-330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration.

NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated.
Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower.

All information for Criterion 1 should be submitted in Part 1, Section F of the SF-330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1.

Criterion 2 - Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Project Manager, Architecture, Interior Design, Structural, Mechanical, Electrical, Fire/Life Safety Engineering, IT/Data Systems.
Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G.

Criterion 3 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time.

Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity to accomplish multiple projects simultaneously.

Criterion 4 - Past Performance Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Criterion 1.

Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 19, Attn: Aldo Fred Girany via email at aldo.girany@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.

Criterion 5 - Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

Submission requirements: Offerors shall submit evidence of individuals experience and qualifications in their respective fields. Additionally, documentation must be provided to show these individuals have worked together as a team on previous projects and their role. (Completing Sections E, F, and G, on the SF-330 meets the documentation requirement). Furthermore, offerors shall describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable.

Criterion 6 - Location in the general geographical area Oklahoma City OK and knowledge of the Oklahoma City OK area; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract.

Submission requirements: Indicate firms/teams location, including main offices, branch offices and any sub consultants offices and demonstrate how this will be advantageous to the Government.

Criterion 7 Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Submission requirements: Offerors shall provide documentation (awards, certificates, publications, commendations from within the community) as evidence of reputation and standing of its firm.

Criterion 8 - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Offerors with substantiated claims against the firm as a result of improper architectural and engineering services provided in the last three (3) years.

Submission requirements: Records and any other documentation of substantiated claims highlighting improper or incomplete architectural engineering services against the firm within the last three (3) years.

SELECTION INTERVIEW:
Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF-330 submittal. Elaborate presentations are not desired.


GENERAL INFORMATION:
All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, OSHA, IBC 2009, NFPA and NEC building codes and standards. Coordinate all work through the COR of Facilities Management Service. Contractor is responsible for all cleanups and refuse disposal throughout the construction period. The A-E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. Microsoft Project scheduling and management software will be used by both the A-E and Contractors to allow for regular tracking of schedules and work by the VA Medical Center. Schedules with MS Project will be regularly sent to the COR upon project initiation and whenever significant changes occur in the schedule. The estimated magnitude of construction is between $2,000,000 and $5,000,000. The A-E will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A-E to minimize impact of the construction. The A-E will provide documents at each submission as indicated in the statement of work. The NAICS code for this procurement will be 541330, Engineering Services. The current small business size standard for 541330 is $15 million.
Requirement for Electronic Submission
Unless paper offers are specifically authorized, all responses to this pre-solicitation notice must be submitted electronically as described below.B The only acceptable paper form for this requirement is the receipt of past performance questionnaires. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to non-compliance with the terms of the solicitation.B You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below.

In addition, contractors are notified of the award via an electronic Notice of Award e-mail.B The award document will be attached to the Notice of Award e-mail.

Acceptable Electronic FormatsB (Software) for Submission of Offers
Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint, or Access.B Spreadsheet documents must be sent in a format that includes all formulas, macro, and format information.B Print or scan images of spreadsheets are not acceptable.B B Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files)

Files in Adobe* PDF (Portable Document Format) Files:B When scanning documents scanner resolution should be set to 200 dots per inch, or greater.

Other electronic format.B B If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation.B B Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer.

Please note that we can no longer accept .zip files due to increasing security concerns.
E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers.
Subject Line:B Include the solicitation number, name of company, and closing
date of solicitation.B Use only one of the terms Quotation, Offer, or Bid depending on the solicitation type.B
Size:B Maximum size of the e-mail message shall not exceed ten (10) megabytes.B The SF330, in its entirety, shall not exceed one email of 10MB. The SF330 (not including past performance questionnaires) are limited to 30 pages. Only one email is permitted unless otherwise stated in this paragraph or in writing by the Contract Officer submitting the solicitation.
The Microsoft Outlook B) Email time/date stamp will be used to date, and time stamp offers for the official record of receipt for the submission. The date and time stamp in recipient s inbox is the official record of receipt.

Security Issues, Late Bids, Unreadable Offers
Late submission of offers is outlined at FAR Parts 52.214-7, and 52.215-1(c)(3).B Particular attention is warranted to the portion of the provision that relates to the timing of submission.B
B
Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers.
B
To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.B Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Parts 14.406 and FAR 15.207(c).

The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable.

Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals.
Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veterans Affairs Center for Verification and Evaluation prior to contract award. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz prior to contract award will result in the offeror s proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so.

852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED
SMALL BUSINESS SET-ASIDE (DEC 2009)
(a) Definition.B For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.B (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement.B A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;

(2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;

(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or

(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations:B That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;

(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and

(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.

(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

aldo.girany@va.gov

aldo.girany@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP