The RFP Database
New business relationships start here

Site Prep Replace DR X-Ray in Radiology


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

ACQUISITION INFORMATION:
The Department of Veterans Affairs Medical Center, Corporal Michael Crescenz, VAMC Philadelphia, located at 3900 Woodland Avenue, is seeking professional Architect and Engineering (A&E) services for Project No. 642-CSI-803 Site Prep Replace DR X-Ray in Radiology (VA-19-00047112).

1. CONTRACT INFORMATION:

This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work are requested to send three copies of an SF 330 (8/2016 Edition) and CD and e-mail to: william.robbins2@va.gov. All packages shall be from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS under NAICS code 541330, Engineering services. The contract is anticipated to be awarded about August 2019. It is anticipated that one contract will be awarded from this announcement.
Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement.
(a) Contract Award Procedure: Before a small business is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at http://www.sam.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract.
(b) Nature of Work: Provide Architectural / Engineering services including the investigative survey and verification of as-built conditions required to fully develop construction documents for the complete site preparation of an existing area on the 3rd Floor of Building 2 [Room 3A132 and Control Room 3A129] at the Corporal Michael J. Crescenz Department of Veterans Affairs Medical Center (CMCVAMC).

2. PROJECT INFORMATION:
Provide professional Architectural and Engineering (A/E) services including the investigative survey and verification of as-built conditions required to fully develop construction documents for the complete site preparation of an existing area on the 3rd Floor of Building 2 [Room 3A132 and Control Room 3A129] at the Corporal Michael J. Crescenz Department of Veterans Affairs Medical Center (CMCVAMC).

The new space will be modified to accommodate the new DR X-Ray. The current Portable X-Ray will be removed. The new space will include, but not be limited to, new flooring, new ceiling, new LED lighting, wall painting, structural support (if and as required by new equipment manufacturer), adequate power revisions (if and as required by new equipment manufacturer), sprinkler relocations as required to accommodate new equipment, new HVAC supply/return as required to support new equipment. A review of the lead shielding is to be conducted to accommodate the new equipment; additional lead is to be added, if required.
The total area to be renovated is approximately 450 square feet.
The selected A/E firm will be required to collaborate with the CMCVAMC and Office of Construction & Facilities Management Staff and VA Design Guides to determine structural, architectural, mechanical, electrical and plumbing design requirements.
The firm will also attend programming meetings with Medical Center Engineering staff. Drawings concerning the existing conditions will be provided to the selected A/E firm but are for reference only, until they have been verified by the selected AE design team. Any deviation between the drawings and actual conditions will be called out on the drawings and reported to the CMCVAMC Engineering Department / Projects Section. The selected A/E firm will also be responsible for providing a construction estimates of contract time and cost associated with their final drawings and specifications.

B. THE SELECTED A/E FIRM SHALL ADHERE TO THE FOLLOWING GUIDELINES:
All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to NFPA, VA Handbook and VHA Directives. A/E is responsible for providing all services necessary for design of this project i.e. mechanical, electrical, sampling and monitoring, and control. Any major design deviations from these manuals should be discussed and approved by the Medical Center before the design is incorporated on the contract documents.

C. SCHEDULE

Design Duration is 105 Calendar Days
D. SITE INVESTIGATION
The A/E shall make site visits as required to determine existing as-built conditions affecting this project. Information including drawings, AutoCAD backgrounds and other documentation provided to the A/E is used as reference only. A/E shall survey existing conditions including areas above, below and adjacent to the work sites that will be affected by the project. Investigation shall include but not limited to building structure, mechanical, plumbing, life safety, security and electrical systems. The A/E shall arrange for and oversee the performance of such investigations as he/she determines are required for the proper design of the project. Existing building systems shall remain in operation, at all times, during construction. AutoCAD background drawings (if existing) will be provided by the CMCVAMC upon request. The A/E shall field verify all dimensions, wall layouts, etc. and shall update the AutoCAD background prior to starting their design.


E. GENERAL

1. A/E firm shall have licensed professional architects/engineers for each engineering, safety, and architectural discipline.
2. A/E shall be responsible to provide a complete bid package to the Contracting Officer consisting of plans, specifications, cost estimates and their related information. Drawings shall be submitted in AutoCAD Release 2017 or earlier version and PDF, specifications in Microsoft Word and PDF and cost estimate in Microsoft Excel. A complete bid package will be submitted on a CD-R accessible by the COR.


1. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance.

Factor 1: SPECIALIZED EXPERIENCE & PAST PERFORMANCE
Offerors will be evaluated on the team's demonstrated experience, performance, technical abilities, and relevant project work of a similar scope, budget, and complexity as the Statement of Work for new construction, renovations, major modernizations, building additions, historic restorations, hospital design, VA projects, among other tasks listed in the SOW. Submissions will be evaluated on demonstrated ability to execute constructible, biddable, and well-coordinated construction documents, while meeting schedules and tracking/controlling costs to bring projects in on budget +/- 5%. Offerors shall provide estimates, bid price and final construction cost (to include change orders) of the 10 most recent projects completed.
Contractors shall provide up to five projects demonstrating 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. These maybe the same projects identified above however contractor shall clearly delineate the construction period services performed and identify them for consideration.
Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. Past performance and specialized experience will also be evaluated based on example projects with past client/customer reviews. Offerors are encouraged to list awards, letters of recommendation, outstanding merits, evaluations, or letters from past clients that demonstrate quality in design, superior project management, customer service, or professional performance. The Government may also use corporate knowledge when evaluating this factor.

Factor 2: PROFESSIONAL QUALIFICATIONS & EXPERIENCE OF KEY PERSONEL

Offerors must provide background of firms (prime and sub-consultants) and list of key personnel with professional registrations, certifications, licenses and/or other relevant credentials (ex. Registered Architect-RA, Professional Engineer-PE, LEED Accredited Professional, Certified Planner. List all State registrations for individuals licensed in multiple jurisdictions.
Offerors shall identify and provide resumes of all key personnel. Key personnel are those who will be directly involved in providing the contract services will be evaluated on education, project experience, technical ability and other relevant qualifications that will provide the best opportunity for the successful completion this contract.
Indicate specific role of key personnel for this contract and their level of involvement in example projects under Section G in Part 1 of the SF330.

Factor 3: FIRM CAPACITY & MANAGEMENT OVERSIGHT

Offerors must provide an organizational chart identifying key personnel for this contract. Additionally, offerors must provide a management plan which describes the firm s ability to accomplish work with in-house personnel either onsite or at branch offices, and clearly delineate what work will be performed by subconsultants. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams work together, how they will maintain good working relationships; that roles, responsibilities and authorities are clearly established; how the teams can be proactive or responsive to emerging situations, conducting situation evaluations and make midcourse corrections. Evaluation will be on communication, is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included. The evaluation will also consider the firm s present workload and the availability of the project team for the specified contract performance period. Plan should state the offerors proposed response time to review shop drawings, RFIs, change order requests, submittals, etc. Offerors should note if selected response times proposed may be incorporated into the statement of work as the standard.
Specify the percentage of work on each project performed by each partner, if the project is a joint venture. If supplemental resources are needed, identify how the resources will be obtained through partnering or teaming.

Factor 4: PROPOSED PROJECT DESIGN APPROACH

Design approach statements will be evaluated based on demonstration of a clear understanding of the instant project. Statements should identify potential problems and proposed solutions. Statements shall also outline designers plans to execute project and plan subsequent construction while minimizing impact on VA hospital operations. Evaluation will also consider business philosophy, customer service philosophy and standard level of care.

Factor 5: GEOGRAPHIC LOCATION & PLAN

The plan will outline the team's knowledge of CMCVAMC and unique requirements, along with the team s ability to accomplish the required AE services. Offeror s must indicate firm s/team s location, including main offices, branch offices and any subconsultants offices and demonstrate how the team will service the geographic area. The plan shall demonstrate knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. This may include everything from supply, labor force, weather and seismic conditions, to the local construction climate's impact on cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work while minimizing extra cost to the government for travel.


Factor 6: Use Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses and other types of small business
The contractor shall provide a summary identifying the extent to which it commits to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Proposed subcontractors shall be identified by business type, DUNS number and percentage of work to be performed.

2. SUBMITTAL REQUIREMENT:
Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. The NAICS for this project is 541330.

Where to Submit: Offerors shall submit all original proposals to:

Department of Veterans Affairs
Network Contracting Office 4
Corporal Michael J. Crescenz, VAMC
ATTN: (William Robbins)
3900 Woodland Avenue
Building 5, Contracting Office
Philadelphia, PA 19104
William.Robbins2@va.gov.

All SF330 submissions shall be clearly marked with the subject line displaying the solicitation number.
(a) Interested firms having the capabilities to perform this work must submit three copies of SF 330 (8/2016 Edition) including Parts I and II as described herein and one CD-ROM of the SF 330 submittal, to the above address not later than 3:00 p.m. local on the response date as above. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $15 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract.
(b) The A-E shall not include company literature with the SF 330.
(c) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work.
(d) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page.
(e) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page.
(f) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team.
(g) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement.
(h) In Section H, Part I, SF 330, firms must show their last 12 months of Medical facility contract awards stated in dollars (see 3(e) above), provide an itemized summary of awards to include Agency Contract Number/Task Order No. awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3.
(i) In Section H, Part I, SF 330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered.
(j) Personal visits to discuss this announcement will not be allowed.
(k) Package must include an A&E Firm Point of Contact e-mail address and phone number.

End of Document

William Robbins
E-Mail: William.Robbins2@va.gov
Phone: (215) 823-5800 ext 9166

William.Robbins2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP