Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 21, 2018 FBO #6207
SOLICITATION NOTICE

C -- Correct Main Tower Window Deficiencies Bldg 1 508-19-106

Notice Date
11/19/2018
 
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
36C24719R0014
 
Response Due
12/20/2018
 
Archive Date
1/19/2019
 
Point of Contact
404-321-6111 x 5503
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
36C24719R0014 This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR 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. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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. Federal Acquisitions Regulation (FAR) 36.6 selection procedures apply. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. GENERAL INFORMATION: The Department of Veterans Affairs, Atlanta Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price 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 508-19-106 Correct Main Tower Window Deficiencies Bldg. 1 The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. Point of Contact: Evonne Huggins, Contracting Officer Email: Evonne.Huggins@va.gov PROJECT INFORMATION The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The projected award date for the anticipated A/E contract is on or before May 14, 2018. The anticipated period of performance for completion of design is 240 calendar days after Notice to Proceed. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $500,000 and $1,000,000. The anticipated award date of the construction phase of the project is projected to be by Jan 17, 2020. An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK GENERAL SCOPE OF WORK: IMPORTANT: The Architect/Engineer (A/E) WILL BE SOLELY RESPONSIBLE and LIABLE for the professional engineering, architectural and technical accuracy and coordination of the construction contract documents among the various engineering/architectural disciplines, a detailed cost estimate, and other services and documentation furnished under this contract. NOTE: The Department of Veterans Affairs (hereinafter the VA ) WILL NOT be responsible and accountable for performing engineering/architectural design services. The A/E consultant shall provide services of professional architects and engineers to accomplish the scope of work described herein. The prime consultant shall be an architectural firm licensed to provide professional architectural services. The prime consultant shall have documented direct experience on at least 3 healthcare projects similar in scope and complexity within the past 5 years. Services shall include providing comprehensive architectural and engineering services to produce complete contract construction drawings and specifications that are appropriate for competitive bidding in an open market environment. The consultant shall also provide thorough site investigation services to document existing conditions, space and equipment planning services, technical reports, cost estimates, construction administration services and other related professional services as noted. Scope of Work: The purpose of this project is to address critical patient and staff safety issues with the correction of identified failing window facility conditions within the main VA Health Care System Building 1. Project will correct specific identified failing FCA issues for broken and failed window seals, deteriorated window gaskets, leaking and fogging windows, window peeling issues, failed glazing, cracked and broken glass, poor condition windows and window systems, broken window hardware, and windows at the end or beyond their useful life. All windows in the 12-story nursing tower are original to the 1966-era building and do not comply with modern hospital standards. Project will ensure improved patient, staff, and visitor safety to the VA Health Care System as well as correct failing infrastructure while realizing Health Care System energy cost savings. The location of this project is in Building 1, floors 1-12. Functions included in the project directly include safety, maintenance, and energy, however all aspects of staff and patient care will be impacted by the improvement of windows to modern hospital standards. The project will greatly impact numerous areas of the VA Health Care System by correcting needed facility condition deficiencies and significant window safety issues, upgrading current 1966 windows to modern Health Care System requirements, and recapturing lost energy cost savings. This project shall be designed in accordance with VA specifications, design guides, design manual particularly the VA-CFM TIL Design Manual, and all applicable codes and regulations, latest editions [Important: During the entire design process, all codes which are incorporated in the design of this project that are updated, the A/E shall issue addenda identifying all code-revisions which will impact the design of the project prior to the VA releasing the construction contract documents for procurement of construction services (i.e.: bid process)]. The project shall also correct the following FCA deficiencies: FCA Record Number: 201859, Building Number: 1A, System: Architectural, Subsystem: Windows, Condition: D, Correction Cost: $14,268, Description: 1st floor Canteen: The sunroom glazing system has leaking seals and the glass is fogged. The original sunroom was installed on the building in 1995. 20-25 LF of vinyl base at the windows is peeling below the glazing. FCA Record Number: 122865, Building Number: 1C, System: Architectural, Subsystem: Windows, Condition: D, Correction Cost: $811,139, Description: -The windows throughout building 1C have broken seals and hardware. Replace the double pane, pivot, integrated blind windows with double pane, energy efficient, low e glass windows. The Geriatric windows are fogging. Replace 250-300 windows. Additionally, the Atlanta VAMC is also a Federal Coordinating Center (FCC) and a Primary Receiving Center (PRC), so upgrading needed windows for blast protection better serves the community in times of national emergencies and natural disasters. By installing new windows with blast protection at the lower levels, the Medical Center will also meet the requirements and guidelines outlined in the VA Physical Security Design Manual. Further, the existing windows are not energy efficient. Advances in technology have significantly increased the insulating capabilities of windows; therefore, significant energy savings will be realized as a result of this investment. It also contributes to the Department's energy goals by reducing the BTU/SF by providing new, energy efficient windows that will significantly reduce the energy usage and costs associated with heating and cooling of the building. Lastly, this investment also serves to meet the Atlanta VAMC strategic goal of Improving Customer Service by incorporating healing, holistic concepts, such as functioning, safe, and useable windows, into the medical center's infrastructure. This project shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings. Should the 30% reduction in energy consumption prove not to be life-cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective. Should the 30% reduction in energy consumption prove not to be life-cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective. The following parameters shall be used for performing the analysis: 20 year life-cycle period for system comparison Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, EnergyPlus, etc. 3% Discount Factor Do not include taxes or insurance while computing costs. As construction costs for the Atlanta-GA area and in particular the Atlanta VAMC are substantially different from other areas. The A/E is required to confirm estimates for each discipline with appropriate databases, manufacturers information, general- and subcontractors contractors, to insure accuracy. Also, as the various factors involved in the construction estimating can change rapidly, it is required that the A/E develops the estimate using Microsoft Excel spreadsheet that can easily accommodate these changes. The cost estimates shall be grouped utilizing the CSI Master Format 2016. The cost estimate shall be quantitative, descriptive, detailed, and include facets of work and costs required to complete construction. The cost estimate shall include both Government Furnished Equipment and Contractor Furnished Equipment. The cost estimates shall be developed utilizing the latest version of R.S. Means, or a similar program. (Note if the RS Means program is utilized, the cost estimates shall include both the R.S. Means unit costs and R.S. Means record identifier.) It shall be the responsibility of the A/E to advise the Government promptly when, in the A/E s judgment: the budgetary limitations prohibit design in conformance with the approved construction project scope. If the A/E estimated cost of the project exceeds the amount indicated on the VA form, sufficient options shall be recommended by the A/E at the time of the 35% Review to establish the cost within the amount indicated on the project description. Some of the agreed upon options may include additives in the final bid documents prepared by the A/E if the Contracting Officer and the A/E agree that it would be reasonable to do so. The construction contract documents submitted by the A/E shall represent the most economical engineering solution possible for the scope of work with A/E contract. The construction document shall be in accordance and comply with current criteria, guides, and specifications established by the Department of Veteran s Affairs and shall be in accordance with the best Engineering practices. In addition, The A/E s design shall comply with the latest OSHA, NFPA, TJC and VA-CFM TIL design requirements [http://www.cfm.va.gov/til/], and all applicable federal, state, and local codes (latest editions). The A/E is responsible for producing a complete set of drawings, design narrative A/E analysis, calculations, and detailed edited VA specifications in accordance with professional standard practices that stipulate the requirements for this project 508-345 4TH Floor CLC Addition. The A/E shall outline the phasing requirements of the project. The phasing requirements shall describe the general sequence of construction work, the estimated phase duration, and the Government constraints that will influence the construction contractor s execution and completion of work. The A/E shall be responsible for recording the phase requirements. Information, including drawings and other documentation, provided to the A/E shall be used as reference only. The A/E shall conduct field investigations of the existing site conditions. The A/E shall not use any information identified within the existing drawings for authoritative purposes. The construction contract documents (drawings, specifications, etc.) certified Issued For Construction / Ready For Construction as submitted by the A/E shall be of an original design which shall be the results of field investigations, computations and analysis. The contract construction documents shall not be take-offs, or tracings of any drawings or other information provided. A construction schedule bar-chart/bar-chart identifying the sequence of events and duration (in weeks) shall be submitted for all construction activities associated with the construction of the 4TH Floor CLC Addition. The A/E shall use the Microsoft Project software or equivalent for submitting construction schedule bar-chart/bar-chart identifying the sequence of events and duration (in weeks) shall be submitted for all construction activities associated with the construction of the 508-19-101 Correct Critical elevator Deficiencies, Bldg 1. For projects which involve interruptions of existing building operations or major utility interruptions, it shall be the A/E s, responsibility to discuss the required outages with the COTR, and establish a construction schedule for these interruptions in the construction contract documents. The A/E shall stipulate the requirements of the anticipated utilities interruptions in the construction contract document. Where these outages and interruptions adversely impact the project costs or time for completion, the A/E must notify the Contracting Officer Representative prior to release of the 100% submission version of the design, with descriptions of the restrictions and justifications. The construction schedule bar-chart/graph shall account for mobilization, lead time for materials, phasing of work, time to perform work, and allowances for force majeure conditions (e.g.: weather, etc.). In an effort to reduce construction change orders due to design errors and omissions, the A/E shall develop, execute, and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. A/E shall submit a detailed QA/QC plan describing each step that will be taken during the development of the various phases of design. Each should have an appropriate space where a senior member of the firm can initial and date when the action has been completed. The following Investigative Work shall be included Within the Scope of this Project: Conduct a meticulous investigation to evaluate and document the existing conditions associated with the civil, structural, architectural, mechanical, environmental, biomedical and electrical systems necessary to insure the accuracy of the design impacting this project. Issue documentation verifying investigative surveys of existing layout of floor-plan and all building systems of the facility area affected by this project required to insure the accuracy of your design. Conduct interviews with the various VA staff impacted by this project to evaluate their requirements and issue recommendations. These various VA staff shall include, but limited to clinical, medical, nurse-support services, physicians, medical technologist, maintenance, patient safety, patient quality care, VA Police, Occupational Health & Safety, facility safety, and incident or auxiliary staff support services. Fire and Life Safety Peer Review: Conduct Fire Safety Peer reviews of 65%, 90% and 100% submissions. Other: Complete review of all shop drawings, samples and all pieces of supporting documentation (manufacturers information, test reports, field reports, daily reports, installation recommendations, etc.). Ten (10) site visits based on an 8 hour-man-day per visit (within the hours of governmental business at the facility. IMPORTANT: Field/site visits must be identified as per $-amount/hour-visit in the A/E services Schedule of Values. The VA will control and authorize each field/site visit, AND to reject unauthorized and/or unwarranted field/site visits. The VA reserves and shall exercise the right to reduce the number site/field visits and/or the quantity of hours of field/site visits as the VA deems appropriate. IMPORTANT: The VA will neither authorize nor reimburse for site-visits or field-visits not occurring at the Atlanta VA Medical Center/1670 Clairmont Road-Decatur, GA 30033, any monetary expenses or resources for all such field-visits/sites-visits is shall be borne by the A/E Consultant. Fire Safety Peer Review of the 65%, 90% and 100% submissions. Reproduction costs - The cost of reproducing drawings, specifications and all other supporting documentation, and delivery to the VA Contracting Officer shall be itemize and documented within the A/E Schedule of Values. 3. 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. Following initial evaluation, no less than three firms that are selected as the most highly qualified based on the selection criteria responses, will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, 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. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. 4. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: 1) Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. 2) Specialized experience and technical competence in the type of work required, including, where appropriate on similar projects: experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (include Government and private Experience). Technical competence includes design quality management procedures, CADD, equipment resources, and laboratory requirements of the prime firm and any subcontractors. In addition, provide information on the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships). 3) Capacity to accomplish work in the required time. This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. VISN7 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments Point of Contact, Department of Veterans Affairs (10N7NLO), Attn: Evonne Huggins Contracting via email at Evonne.Huggins@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document 5) Location in general geographical area of the project and knowledge of the locality of the project; The area of consideration for offeror is a 200-mile driving radius between offeror location and the Atlanta VA Medical Center, located at 1670 Clairmont Rd, Decatur, GA 30033 (Determination of mileage eligibility will be based on www.mapquest.com) (provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project) CO. PER VAAR 836.602-1 6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Awards, Letters of Recommendation, Outstanding Merits, Evaluations, Letters from past clients, Etc. 7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The selected A/E must have previous experience in the design of renovation within Medical facilities.   The A/E must provide documentation of at least two designs of renovations within Medical Facilities of equal scope and magnitude.   The design experience submitted under this criterion must have been completed within the past two (2) years and must contain references with names, and phone numbers, and submitted along with the SF330. 4. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Evonne.Huggins@va.gov no later than 9:00 a.m. Eastern Standard Time on December 20, 2018. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as 1 of n. (Example: SF330 Submission, # 36C24719R0014 Project 508-19-106 Correct Main Tower Window Deficiencies Bldg. 1 (1 of n, 2 of n, etc.). AND MAIL THREE (3) HARDCOPIES of SF 330, including Parts I and II, and attachments to: Department of Veterans Affairs 2008 Weems Road Tucker, GA 30084 ATTN: Evonne Huggins All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. 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) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms VetBiz Registry 6) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. 7) References noted in Selection Criteria 9 REQUESTS FOR INFORMATON ON THIS PRESOLICITATION NOTICE: All RFIs shall be submitted to Evonne.Huggins@va.gov. The firm and or AE on staff representing the project must follow State of Georgia guidelines under State law for all licensing requirements to sign and seal drawings. Examples of information resources are: Architects - State of Georgia: http://www.stateofgeorgia.com/architects1.html NCARB rules for all States and PR/VI on architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System For Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications AND at time of award. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Electronic submittals 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 considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of SF330s. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-NOV-2018); 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/VAMCCO80220/36C24719R0014/listing.html)
 
Record
SN05154798-F 20181121/181119230013 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.