Washington, DC Bids > Bid Detail

C1DZ--Construct Residential Rehabilitative Treatment Program (RRTP) Building Minor Design - Columbia, MO (VA-24-00006267)

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159973713109593
Posted Date: Feb 7, 2024
Due Date: Mar 8, 2024
Source: https://sam.gov/opp/b45bb8339b...
Follow
C1DZ--Construct Residential Rehabilitative Treatment Program (RRTP) Building Minor Design - Columbia, MO (VA-24-00006267)
Active
Contract Opportunity
Notice ID
36C77624R0023
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 07, 2024 02:23 pm EST
  • Original Published Date: Feb 07, 2024 12:50 pm EST
  • Updated Response Date: Mar 08, 2024 03:00 pm EST
  • Original Response Date: Feb 26, 2024 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 30, 2024
  • Original Inactive Date: May 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Columbia VA Medical Center Columbia , 65201
    USA
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.
1. 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 Project #589-406 Construct Residential Rehabilitation Treatment Program (RRTP) Building design project located at the Columbia VA Medical Center (VAMC), 800 Hospital Drive Columbia, MO 65201-5297. The A-E shall include site visits, field investigation, studies and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to Develop a Pre-design (PD) (large scale) for a full RRTP (approximately 32 single rooms, with group/activity rooms, common spaces, quite room(s), kitchen, outdoor space(s). The PD is required to ensure that all utility works, ground works, etc., are considered in the development of this first portion build. After approval to proceed with selected PD submission, complete all detailed schematic design (SD), design development (DD), construction documents (CD) and bid documents to construct (phase 1) a 14-bed, 16,000 square foot (new) building to house the RRTP. This is a two-story structure (2-story above ground, basement below ground) with a domiciliary on the second floor and group rooms, common space on the first floor. The location of the building will be in the south parking lot (Lot D). Energy intensity will be addressed in this project as well as security in and around the medical center installing gates to complete the perimeter fencing (around entire campus). A basement mechanical/utility/storage space. Further work is detailed in the Statement of Work and attachments.
The A-E Services contract 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, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. 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.

2. 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 Architecture Services and the annual small business size standard is $25.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before July 20, 2024.
The anticipated period of performance for completion of design is 450 calendar days after notice of award. The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is between $10M and $20M.

3. SCOPE OF DESIGN
The scope of this project is the following infrastructure improvements to the Kansas City VAMC:Â A/E Part One Services (also known as Design Phase) for this design project include site visits, field investigation, conduct of studies and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to Develop a Pre-design (PD) (large scale) for a full RRTP (approximately 32 single rooms, with group/activity rooms, common spaces, quite room(s), kitchen, outdoor space(s). The PD is required to ensure that all utility works, ground works, etc., are considered in the development of this first portion build. After approval to proceed with selected PD submission, complete all detailed schematic design (SD), design development (DD), construction documents (CD) and bid documents to construct (phase 1) a 14-bed, 16,000 square foot (new) building to house the RRTP. This is a two-story structure (2-story above ground, basement below ground) with a domiciliary on the second floor and group rooms, common space on the first floor. The location of the building will be in the south parking lot (Lot D). Energy intensity will be addressed in this project as well as security in and around the medical center installing gates to complete the perimeter fencing (around entire campus). A basement mechanical/utility/storage space. Further work is detailed in the Statement of Work and attachments.

The A-E shall be professionally licensed in any state in the United States. The A-E is responsible for all services to complete the deliverables listed in the Statement of Work (SOW) (See Attachment 1 FINAL SOW). The deliverables outlined in the SOW are inclusive of the following: Quality Assurance/Quality Control Plan, basis of design (10%), schematic design (35%), design development (65%), contract documents (90%), final bid documents (100%), and construction period services. The deliverables schedule can be found in the SOW.

Please note that the 450 calendar day period of performance for the design completion begins with the issuance of the Notice of Award and that a Notice to Proceed will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project.
4. A-E SELECTION PROCESS:
Responsive 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 initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. A minimum of three (3) of the highest rated firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Oral Presentations for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Oral Presentations will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Oral Presentations are conducted, the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Oral Presentation and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made.

Please note that during the evaluation of the Oral Presentation, the prior evaluation of the SF 330s will not be taken into consideration as they are separate evaluations.

5. PHASE I SF330 SELECTION CRITERIA:
The following are listed in descending order of importance.
Primary Selection Criteria:

Professional Qualifications: necessary for satisfactory performance of required service. The A-E shall demonstrate they are able to sign and stamp each drawing by individuals licensed in any state in the United States for the key positions listed below. Provide Professional Li-cense 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.

A resume for each of these key positions must be provided via Section E in the SF330. Key positions and disciplines required for this project include, but are not limited to:
Architect (LEED certification/US Green Build Council certification)
Registered Communications Distribution Designer (RCDD)
Cost Estimator
Civil Engineer
Electrical Engineer
Environmental Engineer
Fire Protection Engineer
Industrial Hygienist
Mechanical Engineer
Plumbing Engineer
Project Manager
Quality Assurance Manager
Structural Engineer
Physical Security Specialists
Commissioning Agent
Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement:

I [signatory authority]______________________, of [company] __________________ certify that the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSB s in compliance of 48 CFR 852.219-73.

Specialized Experience and Technical Competence: in the design and construction period services shall be provided for a full Residential Rehabilitation Treatment Program Building. Submissions shall include no more than five (5) and no less than three (3) recent and relevant Government and private experience projects similar in size scope and complexity, and experience with the type of projects/competence above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined as services provided within the past five (5) years. Each project shall include the following.

Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e. prime contract, Teaming Partner or subcontractor. Project Owner, owner s point of contact including telephone number and email address. Services & Deliverables provided under the contract/task order. Period of Performance, including start and completion dates. Total dollar value of the project. AE Cost Estimate vs. Actual Construction Cost. Contract number associated with the project.

The offeror shall include narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated. The management approach The coordination of disciplines and subcontractors Quality control procedures, and Familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards.

Past Performance: On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs, see attached PPQ (if no CPARS data is available) must be pro-vided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government data-bases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified.

The following information is required for all projects: 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.

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.

Capacity: Capacity to accomplish work in the required time. 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.

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.
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.

Construction Period Services: Experience in construction period services for projects similar in scope 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.

The information for this factor shall be provided in Section H of the SF 330.

Secondary Selection Criteria:

Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Columbia VAMC in Columbia, MO. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/).

* The secondary selection criterion is used as a tie-breaker, 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 Excellent, Acceptable, Good, Marginal, or Unacceptable.

The information for this factor shall be provided in Section H of the SF 330.

6. SUBMISSION CRITERIA/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 Joshua Slapnicker at joshua.slapnicker@va.gov. This shall include Parts I and II and any applicable attachments.
The SF-330 submission is due by 3:00 PM ET ON FRIDAY 08 MARCH 2024.
The SF-330 shall be submitted in one email and have a file size that shall be no larger than 5 MB. No hard copies will be accepted.
The subject line of the email shall read: SF-330 Submission; 36C77624R0023 Construct Residential Rehabilitation Treatment Program (RRTP) Building Columbia.
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 FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents and Part II of the SF-330 Form will NOT count as part of the page limitations.
A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project.
All SF-330 submissions must include the following information either on the SF 330 or by accompanying document:
Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry.
All questions shall be submitted to joshua.slapnicker@va.gov. The cutoff date for question submission is 3:00 PM ET ON FRIDAY 23 FEBRUARY 2024. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities.
NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at time of SF330 Submission, Oral Presentation, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award.
All Joint Ventures must be CVE verified at time of SF330 and Oral Presentation submissions 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. Late proposal rules per FAR 15.208 will be followed for late submittals. 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: www.beta.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

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 >