Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2019 FBO #6322
SOLICITATION NOTICE

C -- VISN 7 A/E SINGLE AWARD TASK ORDER IDIQ CONTRACT (SATOC)

Notice Date
3/14/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
36C24719R0076
 
Response Due
4/15/2019
 
Archive Date
7/23/2019
 
Point of Contact
joyce.powers1@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This Pre-solicitation Notice is NOT A REQUEST FOR PROPOSAL. All information needed to submit SF330 Documents are contained herein. VISN 7 is seeking a qualified Architectural Engineering firm for an Architect-Engineer (A/E), Single Award Task Order Contract (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ), multi-discipline contract to provide professional A/E Services for VA Medical Centers Located in VISN 7. This is a 100% Service-Disabled, Veteran Owned, Small Business (SDVOSB) set-aside. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. Proposals will only be considered from SDVOSB concerns that are verified in Vetbiz at the time of submission of proposal and prior to date of award in accordance with VAAR 804.1103-70. Any person, persons, or business entity suspected of misrepresenting itself for the purpose of securing a Government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, including Joint Ventures, must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vip.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 prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Vets 4212 Registration is also required. In order to assure compliance with FAR Clauses 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-14(b) (1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, all firms submitting a SF 330 for this pre-solicitation notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation. General Description: This is a requirement for an A/E, Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. The selected A/E firm shall provide professional A/E services for various VA projects as required. A/E services shall include, but at not limited to, Facility Master Planning Services, Development of Design Documents, Project Submissions/Applications, Updating the Capital Assets Inventory (VA Space, FCAs, Leases, etc.) by utilizing the BIM model (Floor Plans), developing project estimates/scope, SCIP (Strategic Capital Investment Planning) and Business Case development for projects, gap (Means gap) review, and review/update existing Facility Master Plans (FMPs) for our eight medical centers (10 sites). The Development of Designs Documents for specific projects will include the following: professional A/E services necessary for master planning; field survey; site and facility investigation; preparation of special conceptual and technical studies; concept and feasibility studies; material investigation and color studies; preparation of engineering studies, analysis, and/or investigation, and preparation of A/E documents and reports for project documents with associated structural, civil, landscaping, mechanical, electrical, historical, environmental subsurface soil investigations and incidental work; preparation of design documents to include building and ground alteration, maintenance, repair and construction; cost and schedule estimates; and construction period services to include monitoring and evaluating the construction progress for conformance to plans and specifications including review of required submittals by the contractor. Task Order Work Locations (8 Medical Centers, 10 Sites): Birmingham, AL VA Medical Center Central Alabama Veteran Health Care System West Campus Montgomery, AL East Campus Tuskegee, AL Tuscaloosa, AL VA Medical Center Atlanta, GA VA Medical Center Augusta, GA VA Medical Center Carl Vinson VA Medical Center, Dublin, GA WJB Dorn VA Medical Center, Columbia, SC Ralph H. Johnson VA Medical Center, Charleston, SC The Government anticipates award of a single AE-IDIQ contract. The maximum cumulative contract value is $20,000,000.00, The total contract ordering period is for a base period of five (5) years. The guaranteed minimum task order value will be $5000.00 for the life of the contract. Once a task order has been placed for a total of $5000.00 or more, the minimum award guarantee will be satisfied. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The individual order limit is $980,000.00. This IDIQ contracting mechanism shall be available for a period of five (5) years or $20,000,000.00, whichever cap is reached first. The primary North American Industry Classification System (NAICS) NAICS: 541330 Engineering Services, Size Standard $15 Million, but multiple 541 NAICS codes also apply to this procurement. Federal Acquisition Regulation (FAR) Part 36.6 (Brooks Act) selection procedures apply. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Pursuant to FAR, the firm responding to this requirement must be permitted, by law, to practice the professions of architecture or engineering and meet all required qualifications for that state in which the work is performed. STATEMENT OF TASKS: Individual task order may include, but are not limited to the following: Develop projects, update (CAI) VA Space Inventory (BIM Drawings-Floor Plans:), develop project documents to include estimates/scope for Business Cases, SCIP, gap review, and review/update existing Facility Master Plans (FMPs) for our eight medical centers (details below). The existing FMPs cover a five to twenty-year planning time horizon. The FMPs updates will be developed in a collaborative nature, with an understanding of the organizational culture and priorities. The current FMPs are a review of the overall analysis of the facility s mission and delivery of patient care, ancillary, diagnostic, research and support services. The FMPs have identified key service lines, including interaction and adjacency of relevant programs both internal and external to the facility. This includes facilities where VA/DoD or affiliate sharing activity exists. The contractor will review, analyze, and update the existing plans for changes in the allotment and configuration of existing space and acreage and recommend changes to meet the facility s strategic planning goals, including facilitation of both patient care and support operations. The contractor will review and identify any new specific capital initiatives such as construction projects, special projects (studies) and or leases required to implement these changes to include the development of a realistic time line, order of magnitude cost estimates, and detailed description and scope of work. The review and analysis should be performed with the involvement of key VISN and facility staff. The contractor will analyze and integrate input and direction provided by facility and network level Strategic/Capital Asset Plans, medical center staff input, data on veteran population, workload demand and projection forecasts located in the VA s ProClarity website, VSSC Space Calculations, Facility Condition Assessments (FCA), site specific community, and stakeholder issues. The Development of Designs Documents for specific projects will include the following: professional A/E services necessary for master planning; field survey; site and facility investigation; preparation of special conceptual and technical studies; concept and feasibility studies; material investigation and color studies; preparation of engineering studies, analysis, and/or investigation, and preparation of A/E documents and reports for project documents with associated structural, civil, landscaping, mechanical, electrical, historical, environmental subsurface soil investigations and incidental work; preparation of design documents to include building and ground alteration, maintenance, repair and construction; cost and schedule estimates; and construction period services to include monitoring and evaluating the construction progress for conformance to plans and specifications including review of required submittals by the contractor. This is an IDIQ for a base period of five years that will provide professional A/E services for various VA projects at all eight facilities within Network 7 (Atlanta, Augusta, Columbia, Charleston, Birmingham, Dublin, Tuscaloosa, and Central Alabama). Task Orders will be issued with a detailed work statement on an as needed basis. TYPES OF SERVICES Studies/Assessments/Analysis: Work shall include, but is not limited to, field survey; site and facility investigation; preparation of special technical studies; analyses of structural systems; feasibility and concept studies; material investigation; preparation of engineering analysis and/or investigation and preparation of documents and reports associated architectural, structural, civil, landscaping, mechanical, electrical, plumbing, environmental, asbestos, subsurface soil investigations, energy and water management (including commissioning and retro-commissioning). A/E Design Services/Planning: Work shall include but is not limited to those items normally furnished by an A/E in the actual preparation of the construction documents (preparation of designs, drawings, plans, specifications, accurate cost estimates, commissioning, construction period services, site visits, necessary site investigation, as-builts and verification of as-built drawings, analysis of utility systems, necessary detail drawings and reproduction expenses, calculations, studies, surveying and mapping, tests, evaluations, consultations, comprehensive planning, submittal register, interior design, program management, concept designs, value engineering, soils engineering, drawings reviews and preparation of operation and maintenance manuals, etc. Services include design submissions which may be at, but are not limited to, conceptual, 35%, 65% and 100% with updated as-built drawings on AutoCAD CDs, PDF files, and other related professional services as defined by FAR Part 36.6 that may be required) in the Schematic, Design Development and Construction Document phases. Planning services shall include a heavy emphasis on the development of individual Facility Master Plans (FMP) for the eight VAMCs. The FMPs will cover a five thru 10-year planning horizon. The FMP development is expected to be collaborative in nature, with the FMP contractor developing an understanding of the VA wide organizational culture and priorities along with the VISN and local VAMC goals. The A/E contractor shall perform all work required to produce documents describing the work required to accomplish the project as specifically identified in each Task Order. Examples may include but are not limited to: Facility Master Planning and Programming New Building Design Interior and Exterior Renovations Interior Design Mechanical Engineering Electrical Engineering Civil Engineering Structural Engineering Landscape Architecture Cost Estimating Historic Preservation Construction Period Services / Administration Investigation and Development of As-Built Drawings, Diagrams, Surveys (including asbestos) Capital Asset Inventory Quarterly Updates SCIP (Strategic Capital Investment Planning) and Business Case development for projects, gap (Means gap) review Regulatory Compliance Assessments/Reviews: Work shall include but is not limited to those items normally furnished to assess compliance with federal, state, and local regulations and codes, VA regulations, and The Joint Commission Environment of Care standards. The A/E contractor shall provide professional services that are multi-disciplinary in nature whereby the product provided to the Government shall be developed in accordance with current Federal, State and Local regulations and codes, inclusive of, but not limited to Occupational Safety and Health Administration (OSHA), American National Standards Institute (ANSI), National Environmental Policy Act (NEPA), National Fire Protection Association (NFPA), Joint Commission on Accreditation of Healthcare Organizations (JCAHO), VA Design Criteria, VA Design Manuals, VA Design Standards, Executive Orders (in particular to but not limited to EO13514 and EO13423), and VA Medical Center regulations. A/E firms are advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed six percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 - Design Within Funding Limitation, will be applicable to any task order or procurement action under this A/E IDIQ. SELECTION CRITERIA: Selection will be based on the following criteria: To be selected, the A/E firm is required to have a registered Architect and Professional Engineer on staff. Any required engineering (Electrical, Mechanical, Civil, Structural, Fire Protection) as well as the Industrial Hygienist, Landscape Architecture or Interior Design services may be obtained on a consultant basis through a professional engineering firm. Note:   The firm and A/E on staff representing the project or signing drawings in each discipline must be licensed to practice in accordance with Alabama, Georgia, and South Carolina state law requirements. Provide your information on the SF 330 clearly marked and provide Professional License numbers and proof of Licensure for each state under this requirement. Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)).  It is expected that individuals identified as key personnel will be performing tasks under the resulting contract. Specialized experience and technical competence with healthcare related designs and Facility Master Planning in a hospital environment, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.   Capacity to accomplish work in the required time and budget. Past performance on contracts with Government agencies and private industry, or in a hospital environment, in terms of design development, construction cost estimating, cost control, quality of work, compliance with performance schedules, and facility master planning experience. Firms location in the general geographical area of the three (3) states, (Alabama, Georgia, and South Carolina) and knowledge of the area in which the project work is located. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations) Record of significant claims against the firm because of improper or incomplete architectural and engineering services Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Provide an organization chart showing key personnel by name and role within the chart. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received, three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being removed from consideration. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. Submission Requirements: The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. The following format shall be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Copy of Current A/E State (Alabama, Georgia, South Carolina) License (5) Copy of current vetBiz.gov SDVOSB certification (6) DUNS Number (7) Cage Code (8) Tax ID number (9) The E mail address and Phone number of the Primary Point of Contact. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) 1:00 PM (EST) April 15, 2019. Email capacity is limited to five (5) to seven (7) megabyte (MB). All SF330 submittals and questions must be sent electronically to the attention of Joyce Powers, Contracting Officer at joyce.powers1@va.gov. Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n. Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. Site Visits will not be arranged during this phase. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS ARE CONTAINED HEREIN. NO ADDITIONAL SOLICITATION PACKAGE OR TECHNICAL INFORMATION WILL BE ISSUED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24719R0076/listing.html)
 
Record
SN05249570-F 20190316/190314230012 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.