The RFP Database
New business relationships start here

A/E Design for New IT Building


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

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 listed herein. 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 and the applicable Small Business Size Standard is $7.5M. The area of consideration is RESTRICTED to a 500-mile radius of the VA s Overton Brooks VA Medical Center (Shreveport VAMC), 510 E. Stoner Avenue, Shreveport, LA 71101, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already 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://sam.gov/SAM/ and the Vendor Information Pages database at https://www.vip.vetbiz.va.gov/ as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://vets4212.dol.gov/vets4212/. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF 330 is submitted 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 of construction (not design) of this project is between $5,000,000 and $10,000,000.

SELECTION CRITERIA: The Selection Process allowed for in FAR 36.602 will be utilized and Interviews will be conducted with at least three of the most highly qualified firms. The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed.

Professional qualifications necessary for satisfactory performance of required
services.

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.

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

Capacity to accomplish the work in the required time. Please include information
concerning current workload, workload in-place but yet to be started, and workload anticipated for the next 12 months. Please specifically address how this requirement would be met when the above workload is taken into consideration.

(5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Please address each of these areas individually. The Government reserves the right to also check any applicable data bases for information concerning Past Performance on contracts.

(6) Location in the general geographical area of the project (500 Mile Radius) and knowledge of the locality 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 any claims against the firm. This includes, but is not limited to, improper or incomplete architectural and engineering services.

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 (JUL 2016). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted to:

VA Gulf Coast Veterans Health Care System
Network Contracting Office (NCO) 16 Attn: Bill Geary
Reference No.: 36C25619R0080
400 Veterans Ave, Bldg. T-102, Rm A106
Biloxi, MS 39531

(a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25619R0080. The SF 330 may be downloaded from https://www.gsa.gov/forms/all. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please.

(b) Firms that meet the requirements listed in this announcement are invited to submit four (5) hard copies of the completed SF 330 including Parts I and II as described herein and one (1) CD of the SF 330 submittal as a single pdf file, to the above address no later than 4:00 P.M. (local) on Tuesday, June 18, 2019. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above.

(c) Interested firms shall address each of the eight (8) Selection Criteria in their SF 330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all eight (8) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the eight (8) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing.

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:
A/E Design
New Information Technology (IT) Building
Project No. 667-088
Overton Brooks VA Medical Center, Shreveport, LA

PROJECT BACKGROUND AND DESIGN SCOPE OF WORK
Overton Brooks VAMC has a requirement to design a new IT Building on station. Design team shall investigate and propose location options for VA consideration and selection. One location to consider is in the open area east of the Parking Garage (Building #60) and west of main entrance road. The design for the new Information Technology (IT) Building shall provide 12,866 SF of office and IT equipment space for IT, Bio-Medical and administrative staff. New building will also provide equipment space for Service Providers. Currently, IT and Bio-Med have staff and equipment in the Building #1 (main hospital) and in Building #6 (current IT building).

The project will construct a new modern energy efficient multiple-story building, designed to meet LEED Silver requirements. The new building will centralize all campus servers, sub-servers, and all telecommunication equipment into one secure location, preferably on the top floor. The design shall provide for a new emergency generator and uninterrupted power supplies. Design shall be in accordance with all applicable VA design guides and standards, to include but not limited to IT, HVAC, and VA Physical Security requirements. Required security stand-offs and measures shall be incorporated into the new design. The new building shall have an elevator to serve all floors. The design shall provide a cost-effective high energy efficient HVAC system and all necessary controls to properly support the function of the space and shall be tied into our existing campus Building Automation System (BAS). NOTE: Coordinate with the UESC Contractor (Center Point Energy) for compatibility with the new system. The design shall consider an option for a movable modular wall system such as, DIRTTS, for the administrative areas for ease of future reconfiguration of the administrative space.

The design will address site elements such as service road entrances/exits, interior/exterior safe handicap accessible walkways, interior/exterior signage, pavement/roadway markings, landscaping, lighting, drainage, and utilities required to support the new IT Bldg. The structure shall include a fire alarm and suppression system per VA standards and NFPA requirements and shall be tied into our existing systems. The completed IT Building design shall provide for a modern, fully functioning, easily accessible, stand alone, code compliant IT Bldg.

The design team shall provide a comprehensive site investigation of the existing IT and Bio-Med infrastructure and associated network on campus. The design team shall attain a complete understanding of the function of the existing IT infrastructure and network supporting IT, Bio-Medical and our Service Providers in order to design the new IT building. All existing IT systems and associated network are to remain operational during the construction of the new IT building. The IT infrastructure from various location in Building #1 (main hospital) will need to be routed and established in the new IT building. Also, the IT infrastructure from Building #6 (current IT building) will need to be routed and established in the new IT building. Building #6 will at some point be demolished; therefore, this design shall include investigating any IT related systems or networks that current feed through Building #6 to support other buildings on station and capture their appropriate relocation. For example, there is a Fire Alarm hub in building 6 that supports other buildings and will need to be relocated.

The design shall lay out a phasing plan to get the new building operational, while keeping the existing IT systems and network operational. The new IT infrastructure and network needs to be in place, and ready to be cut over to, before the existing IT systems can be taken down. The cutover from the old system to the new system shall be minimized as much as possible.

This contract will provide for complete design (construction documents) and construction period services (CPS).

PERIOD OF PERFORMANCE
The delivery date for this contract shall be 365 days from Notice to Proceed. Performance time to include VA review of each submission as identified.

LOCATION
Overton Brooks Veterans Affairs Medical Center
510 E. Stoner Ave.
Shreveport, LA 71101

William Geary
Contract Specialist
228-523-5178

bill.geary@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP