Washington, DC Bids > Bid Detail

C1DZ--589-404 Relocate Community Living Center Phase 2 (VA-23-00038394) Columbia, MO

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159862945900564
Posted Date: Jul 13, 2023
Due Date: Aug 1, 2023
Solicitation No: 36C77623R0131
Source: https://sam.gov/opp/61de1dbf9d...
Follow
C1DZ--589-404 Relocate Community Living Center Phase 2 (VA-23-00038394) Columbia, MO
Active
Contract Opportunity
Notice ID
36C77623R0131
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 13, 2023 08:45 am EDT
  • Original Response Date: Aug 01, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Harry S. Truman Memorial Veterans' Hospital Columbia , 65201
Description



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.

I. 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 #589-404 Design, phase 2 Community Living Center (CLC) Design for the Harry S. Truman Memorial Veterans Hospital (HSTMVH) located in Columbia, MO. As per the SOW, the project will include:
This project is a new build, approximately 18,600 sq foot two-story building on the northwest corner of the campus. It shall be connected to the Phase 1 building (building 2) via two (2) corridors resulting in an internal courtyard between the buildings. This project shall provide 20- 24 single resident rooms with private restrooms, elevator system to support the two floors, extension of Phase 1 elevator to second floor, support functions, and all necessary mechanical, electrical, plumbing and fire protection/suppression. The structure of this building will be designed and constructed as such that a third level may be added in the future if required.
Included in this are the following, along with all other design facets deemed necessary by the VA and Architect/Engineering firm for the completion of this project:

Building design shall meet all applicable/current codes for mechanical, plumbing, electrical, fire protection, and life safety, VA standards, VA Design Manuals, and VA Design Guides standards. All spaces will be designed to meet the Interagency Security Committee and other relevant physical security guidelines. The completed project shall be capable of achieving LEEDS certification (actual certification will not be sought).

Building shall feature 20-24 private resident rooms with the following features: window to exterior, private resident bathrooms, fully compliant with all ADA regulations, sound deadening surfaces/wall & ceiling insulation, continuous patient lift system room to restroom and fall impact reducing flooring underlayment;

Building shall feature an interior courtyard (created via the connections to the phase 1 building) featuring the following: Natural green space, recreational space, controlled ingress/egress, meet all ADA and patient safety requirements, and monitored remotely

through CCTV system tied to VA security system. Lighting shall be provided such that it can be controlled (turned on and off) by the nursing staff; a telecommunications room shall be provided for the building.

Each floor shall feature a living room area, a dining room area, a small kitchen area with an ice/water machine and coffee/drink area, housekeeping closets, bathing suite(s), clean and soiled linen areas, storage area for oxygen, a nurses station/work area, climate controlled storage room and medications room;

Nurses station shall feature the following characteristics: nurse call system, entrance controls, in direct view of the main corridor, secured access from patient areas, workspace for clinical staff, and medication room accessible through nurse s station;

Administrative space shall include the following spaces: controlled access from patient areas, storage space for administrative supplies, a nurse s lounge/locker room (one for the building);

Mechanical spaces shall include the following features: accessible at ground level, located on exterior wall, designed for ease of maintenance/replacement of equipment, sound deadened from remainder of building, roof to include parapet wall of acceptable height to alleviate OSHA requirement for fall protection, or engineered tie-off points that covers 100% of the perimeter of the roof;

All lighting shall be LED and dimmable;

Security, access control, and surveillance to be tied into the existing security system and the nurse s station;

Building Management System to be tied into the existing Building Management System;

All plumbing shall comply with VHA Directive 1061;

HVAC system to be variable air volume type.

A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon "as built" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility in order to field verify the owner's existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. All site investigation shall be completed during the site investigation phase.

A geotechnical investigation will be required to assess the soil conditions and resulting soil bearing capacity.
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 result is a completely functional and fully operational product.

A/E will include a third party commissioning agent, approved by the VA, to participate in the design process and during construction period of services (CPS), complete the project commissioning. This shall be two (2) separate bid line items, one for design, one for CPS.

A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project, attendance at pre bid, and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately 2 site visit per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance and participation during the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as built drawings. The A/E shall provide Submittal Exchange (to cover both design and construction), the means necessary to submit large electronic files to VA recipients. Files over 10 Mb may not be transmitted through the VA email system. File transfer protocol websites (FTP) are prohibited for use by VA employees. Service should be provided through construction period services and allow use by construction contractor. This shall be a separate line item in the bid/contract and shall include any extension costs that would occur if construction goes longer than planned. The A/E shall prepare a submittal log (within Submittal Exchange) to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. The A/E, when requested, shall assist the contracting officer and the contracting officer s representative (COR) to interpret the construction documents and recommend any actions they deem suitable for the satisfactory prosecution of the construction work. The A/E shall prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents at no cost. The A/E shall assess the preparation of the construction contract modifications initiated by or through the VA to be executed in accordance with the construction documents. The A/E shall review all Government initiated and or the construction contractors cost proposals for construction modifications when requested by the COR. The A/E s review of cost proposals shall include an independent breakdown of costs in detail with quantities and unit prices. This shall be true for both additions and deductions of labor, materials, and equipment.

The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project. The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of Harry S. Truman Memorial Veterans Hospital Columbia, MO record drawings will be made available to the highest rated A/E firm; the A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design. SOW Attachment 01 HSTMVH Campus Map will give AE firm a basic understanding of the Harry S. Truman Memorial Veterans Hospital campus.
The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project.

The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project
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.

II. 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 $11M. This project requires a full design team to complete this project.
The design must be complete and bid-ready no later than 365 calendar days after Notice of Award.
III. A-E SELECTION PROCESS:
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 evaluation. The selection will be made as follows:
SF 330s will be evaluated in accordance with the primary selection criteria as stated in this presolicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3-(c), at least three (3) of the most highly qualified firms will then be notified of the Government s intent to hold discussions. All firms not invited to participate in discussions will be notified at this time.
Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview or in-person interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the primary and secondary selection criteria (if necessary), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions.
A site visit will be authorized for the highest rated firm during the negotiation process. An award will be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made.
IV. SELECTION CRITERIA:
Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria.
Primary Selection Criteria:
Professional Qualifications: Professional Qualifications necessary for satisfactory performance of required service. The design firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five years) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located.
Key positions and disciplines required for this project include, but are not limited to: Architect (LEED certified), CADD Technician, Registered Communications Distribution Designer (RCDD), Estimator, Civil Engineer, Electrical Engineer, Environmental Engineer, Fire Protection Engineer, Industrial Hygienist, Mechanical Engineer, Plumbing, Project Manager, Quality Assurance, Structural Engineer, and Physical Security Specialists.

Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority] ___________________, [company] __________________, certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance with 48 CFR 852.219-10. The information provided in sections C through E of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections.
Specialized Experience: Specialized experience and technical competence of the prime firm and all subcontractors in the design and construction period services provided for projects similar in size, scope, and complexity. The projects provided in section F should include similar construction project experience which includes experience dealing with new building construction, designing to physical security standards, and compliance with VHA design criteria. At a minimum, include the following for each submitted project: design start and end dates, construction start and end dates (if applicable), design amount, estimated or final construction amount, and specialized scope items that may include critical path scheduling, fire protection, construction infection control protocols, energy conservation, sustainable design practices, and specialized building types requiring physical security measures. Also identify if any of the projects include Infrastructure upgrades, work in active hospitals, and/or phasing. Include no more than five Government and/or private experience projects that best illustrate specialized experience as listed above, with at least 95% of the design completed. Applicable projects must have been awarded within the past eight years from the date of the SF 330 submission. Any projects submitted that exceed the limit will not be considered during the evaluation. The evaluation of the submitted projects will consider the relevant work performed; coordination of disciplines and subcontractors; prior experience of the prime firm and any key subcontractors working together on relevant projects; and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract.

Capacity: The evaluation will consider the firm s ability to meet the compressed schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the available capacity of key disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value of any current indefinite delivery contracts. Offeror shall clearly state their available capacity presenting workload percentages for the key disciplines and/or team members. Also, the offeror must provide the completion percentages and expected completion date for the VA projects awarded in the previous 12 months. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330.
Past performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in section F: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Evaluations will consider superior performance ratings on recently completed projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested 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 performing the work under this contract. The information for this factor shall be provided in Section H of the SF 330.
If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *Completed PPQs should be incorporated into the SF330 directly. PPQs should not be submitted to VHA PCAC directly. The PPQs will not be counted towards the page limitations for this submission.

Knowledge of the locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, working with and local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. The information for this factor shall be provided in Section H of the SF 330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location, shall be provided in section H, under Secondary Selection Criteria Factor 1.
Experience in construction period services : 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, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meetings between the AE, VA, and contractors, pre-final inspection site visits, generation of punch-list reports, and production of as-built documentation. How the AE handles construction period services. The information for this factor shall be provided in Section H of the SF 330.
Secondary Selection Criterion*:
Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the James E Van Zandt VA Medical Center, 2907 Pleasant Valley Blvd, Altoona, PA 16602. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/).
* The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 submission.
SELECTION CRITERIA DISCUSSIONS (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 A-E TEB. The instructions for interview presentations 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. The previous ratings from the SF330 evaluations are not applicable during Phase II. The evaluation factors are listed below in equal order of importance.
Below are the evaluation factors for the interview responses. Phase II factors are all considered of equal importance.

Team Proposed for This Project: Discuss the background of the personnel. Also identify the project manager, other key personnel, and consultants.

Proposed Management and Coordination Plan: Discuss confidence and approach to completing a project of this scale with a 365-calendar day period of performance. Explain quality control methods that will be used throughout each design phase, and prior to each submission. Describe strategy for control of estimated cost, and solutions for anticipated problems. Discuss proposed design team, their specific strengths, and experience that make them the best fit for this project. Discuss how the design teams will work together, and with the VA, to keep this design on schedule, within budget, and compliant with VA design requirements.

Previous Experience of Proposed Team: List and explain project experience.

Proposed approach to Design Development: Discuss plan to ensure specifications and drawings are well edited, accurate, all inclusive, and coordinate with each other. Discuss approach to evaluate existing site conditions and ensure new work will not conflict with existing work.

Project Control: Discuss the techniques planned to control the schedule and costs. Identify personnel responsible for schedule and cost control.

Estimating Effectiveness: Ten most recently bid projects.

Sustainable Design: Explain the team design philosophy and method of implementing the design.

Miscellaneous Experience and Capabilities: Some examples: Discuss experience with interior design, CADD and other computer applications, value engineering, life cycle cost analyses, environmental and historic preservation considerations, energy conservation, new energy resources, CPM and fast track construction.

Awards: Discuss any awards received for design excellence.

Insurance and Litigation: Discuss type and amount of liability insurance carried. Also discuss litigation involvement of the last five years and its outcome.

V. A-E EVALUATION PROCESS
In accordance with the Selection of Architects and Engineers statute and FAR 36.6 - Architect-Engineer Services supplemented by VAAR 836.6 and the VAAM M836.6, the Government intends to award a mutually satisfactory contract after evaluation of SF 330s, discussions and negotiations. The contract will be awarded in accordance to FAR 9.1, Responsible Prospective Contractors.
VI. SUBMISSION REQUIREMENTS:
The below information contains the instructions and format 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 nicholas.rolin@va.gov. This shall include SF 330 and any applicable attachments.
All responses are due on or before Wednesday, August 16, 2023, at 10:00 AM Eastern Time.
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; 36C77623R0131 Design to Construct Community Living Center Phase 2 Harry S. Truman Memorial Veterans Hospital. Columbia, MO
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 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports or Past Performance Questionnaires (PPQ) will not count as part of the page limitations. Pages that exceed the page limitation, and are not otherwise excepted from the page limitation, will not be evaluated.
All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) Unique Entity ID 5) The e-mail address and Phone number of the Primary Point of Contact; 6) A copy of the firms VetCert Registry.
NOTE: Only submissions from SDVOSB concerns will be considered for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible at Small Business Administration (SBA) VetCert (https://veterans.certify.sba.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 SBA VetCert at the time the SF-330 is submitted, discussions are held, or selection is made shall result in elimination from consideration as a proposed contractor.
All Joint Ventures must be SBA VetCert verified at time of submission, selection, and award 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. 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 Contract Opportunities website at: sam.gov for any revisions to this announcement prior to submission of SF 330s.
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 13, 2023 08:45 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >