SOLICITATION NOTICE
Y -- 657-036, CONSTRUCT INPATIENT PARKING GARAGE (VA-19-00035617)
- Notice Date
- 2/10/2020 5:40:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520R0008
- Response Due
- 3/3/2020 8:59:59 PM
- Archive Date
- 06/01/2020
- Point of Contact
- Arnold PayneSupervisory Contracting Officer913-946-1969
- E-Mail Address
-
Paul.Dixon@va.gov
(Paul.Dixon@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 2 of 2 Synopsis: CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service - Disabled Veteran Owned Small Business (SDVOSB) firms located within a 350 mile radius of the Department of Veteran Affairs St. Louis VA Medical Center, John Cochran Division 915 North Grand Blvd. St. Louis, MO. 63106-1621. The mileage restriction is in compliance with VAAR 805.207(b). This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified contractors that meet the professional requirements. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded in May 22, 2020. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (paul.dixon@va.gov). Personal visits to discuss this announcement will not be allowed. The NAICS Codes for this procurement is 236220 (Commercial and Institutional Building Construction) and Business Size 39.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 550 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS IN COMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be bound in 3 ring binder) and a CD copy of the Standard Form 330. Completed package shall be delivered on or before March 3, 2020 by 2:00 PM CST to the following address: Department of Veteran Affairs, NCO 15 Contracting Office, Attn: Contracting Officer: Paul Dixon Jr. Contracting Office Address: 3450 S. 4th Street Trafficway., Leavenworth, Kansas 66048. Outermost envelope or packaging shall clearly identify Solicitation number and project. Information shall be submitted via commercial courier service, mail or hand carried deliveries. Telegraphic, email, and facsimile forms are prohibited. PROJECT INFORMATION Construct an inpatient parking garage on the St. Louis VA Medical Center John Cochran Division on the site currently occupied by surface parking and with the approximate site boundaries. The city block on which the parking garage will be located is bordered by Windsor Place along the south side and N. Spring Ave. along the west side. The lots of this city block, upon which the parking garage will be constructed are 3711 Windsor Place, 3715 Windsor Place, 3717 Windsor Place, 3719 Windsor Place and 3723 Windsor Place. Said lots are either occupied with miscellaneous structure, or vacant. The lots upon which the parking lot will be developed are 3661 Windsor Place and 3665 Windsor Place, said lots are either occupied with miscellaneous structure or vacant. The project will include design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: MAGNITUDE OF PROJECT: Between $5,000,000.00 and $10,000,000.00 (VAAR 836.204) PROPOSAL SUBMITTAL INSTRUCTIONS SOLICITATION: 36C25520R0008 PROJECT: 657-036: Construct Inpatient Parking Garage - DESIGN BUILD LOCATION: Department of Veteran Affairs St. Louis VA Medical Center John Cochran Division 915 North Grand Blvd. St. Louis, MO. 63106-1621 PREPARATION AND SUBMITTAL OF PROPOSALS This is a Stand-Alone Contract Proposal Request. This is a SDVOSB competitive solicitation that represents the best value to the Government conducted under FAR Subpart 15.101-1 Tradeoff process as discussed in FAR Part 15 Source Selection Process. a. The Government intends to award a contract using competitive negotiation to one (1) contractor whose offer conforms best to the solicitation and is the most advantageous to the Government, price and other factors considered. b. The Best Value is the most advantageous offer, price and other factors considered, and consistent with the Government s stated importance of evaluation criteria. This may result in award being made to a high-rated, higher-priced offeror where the Contracting Officer determines that the Technical capability of the higher-priced offeror outweighs the price difference. c. To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award and being considered non-responsive. d. The solicitation of 36C25520R0008 PROJECT: 657-036: Construct Inpatient Parking Garage - DESIGN BUILD covers both phases, Phase One and Phase Two, for this design-build project. Proposals will be evaluated in Phase One to determine which Offerors will submit proposals for Phase Two. e. After evaluating Phase One proposals; the VA will select up to a maximum of five of the most highly qualified offerors from Phase One to submit Phase Two proposals. Do not submit Phase Two proposals unless specifically instructed by the Contracting Officer. f. Material Submitted: The offeror is advised that all submissions and related material become the property of the U.S. Government and will not be returned. The technical and price proposals, if accepted by the Government, will form binding parts of the contract that results from this solicitation. g. All material shall be in typeface Time New Roman or Arial (no smaller than 11 font size), 1.5-line spacing on 8� x 11 white paper with one (1) inch margins all around. Tables and illustration may use a reduced font style, but not less than 8 point, and may be single-spaced. Each page must identify the submitting offeror in the header or footer and page number. GENERAL INFORMATION. a. This procurement is a two (2) Phase Design/Build, In Accordance With (IAW) FAR Part 36.3. One solicitation will be issued covering both phases. In Phase One, proposals will be evaluated to determine which offerors will be submitting proposals in Phase Two. The CO will notify all offerors of their status. Selection of an offeror for contract award will be made at the conclusion of Phase Two based on an assessment of each Phase Two offeror s response to the Request for Proposal (RFP). The Request for Proposals (RFP) solicitation is based on the Best Value Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part 15.101-1 Tradeoff Process, the VA will make the award to the best value evaluated proposal meeting or exceeding the acceptability standards for the evaluation factor and significant sub-factors in the solicitation. See section 5. EVALUATION CRITERIA in this document for specific requirements of the Phase 1 and Phase 2 requirements listed: (a). Phase One: Performance Capability Evaluation All evaluation factors for Phase One are equally important. All sub-factors are equally important. The following Six (6) evaluation factors will be used to determine the performance capability in Phase One: Factor 1: Organization and Management Factor 2: Capacity to Perform Work Factor 3: Qualifications of Proposed Design Firm Factor 4: Qualifications of Proposed Staffing Factor 5: Relevant Past Performance Both Design and Construction Firms Factor 6: Construction Experience (b). Phase Two: Technical and Price Evaluation In Phase Two, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. All sub-factors for Phase Two are equally important. In Phase Two, the following five (5) Factors, Factors 7-11, will be evaluated. Offerors will submit responses relative to these five factors only if notified by the Contracting Officer (CO) to do so at the conclusion of Phase One. Factor 7: Design/Build Team Solution Factor 8: Construction Experience of Elevator Manufacturer, Suppliers, Installers or Related Subcontractor Factor 9: Prime Contractor Safety Plan Factor 10: Project Parking Provided Factor 11: Provide Conceptual Rendering NOTE: Failure to comply with the RFP requirements will raise serious questions regarding an Offeror s technical ability to perform the services and may be grounds to eliminate the proposal from further consideration for contract award. b. THE OFFER The submission of the documentation specified below will constitute the Offeror s acceptance of the terms and conditions of the RFP, including the Plans & Specifications for the construction of this project. These instructions prescribe the format for the proposal, and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. c. AWARD BASED ON INITIAL OFFERS Pursuant to clause 52.215-1 the Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror s initial proposal should contain the offeror s best terms from a cost or price, and technical qualifications standpoint. The VA reserves the right to conduct discussions if the Contracting Officer later determines such discussions to be necessary. d. DOCUMENTS AND NUMBER OF COPIES TO SUBMIT. (a). Phase 1- Prospective offerors shall submit a SINGLE PACKAGE proposal in one binder along with a CD of the proposal content, by the due date and time to the following location: NCO 15 Contracting Office 3450 S 4th Street Leavenworth KS 66048 Attention: Paul Dixon Jr. The Phase 1 package shall include: One (1) submittal marked: PHASE 1: ORIGINAL - RESPONSE TO RFP 36C25520R0009 PROJECT: 657-036: Construct Inpatient Parking Garage - DESIGN BUILD- Company Name. This submittal is to contain the following documents: (1). STANDARD FORM 1442. Submit the original signed copy SF 1442 issued under this solicitation, with Blocks 10 (DUNS Number) and Blocks 14 through 20 properly filled-out by the Offeror, omitting Block 17 (pricing) for the Phase 1 submittal. Include acknowledgment of all Amendments that may have been issued under Phase One, either by: (1) listing them in Block 19 of the SF 1442, or (2) including copies of the Amendment document(s) (Standard Form 30) with Blocks 8 and 15 filled in and signed, or (3) including signed acknowledgement in the form of a separate letter that includes a reference to the solicitation and amendment numbers. NOTE: Failure to acknowledge all Amendments issued pursuant to this solicitation may be cause for rejection of your offer. (2). Responses to the Six (6) Phase 1: Performance Capability Evaluation factors listed below in 5. (b) Phase 2- Prospective offerors selected from Phase One shall submit a SINGLE PACKAGE proposal in two separate binders along with a CD of the proposal content by the due date and time for Phase Two to the following location: NCO 15 Contracting Office 3450 S 4th Street Leavenworth KS 66048 Attention: Paul Dixon Jr. The Phase Two package shall consist of one (1) original signed copy for each of the two separate binders. The specific contents of binders are detailed below: (1). The first submittal binder for Phase Two, the Technical Proposal, shall be marked: TECHNICAL: PHASE 2: ORIGINAL - RESPONSE TO RFP 36C25520R0009 PROJECT: 657-036: Construct Inpatient Parking Garage - DESIGN BUILD- Company Name This submittal is to contain the original signed copy of the documents and the response for the five (5) technical factors, Factors 7-11, as listed below in 5. You should not resubmit documents associated with Evaluation Factors 1-6 again. (2). The second submittal binder for Phase Two, the Price Proposal, shall be marked: PRICE: PHASE 2: ORIGINAL- RESONSE TO RFP 36C25520R0009 PROJECT: 657-036: Construct Inpatient Parking Garage - DESIGN BUILD -Company Name This submittal is to contain the original signed copy of the solicitation documents and the response for all required Bid Items as indicated on the price schedule. The Price Proposal must include the following original signed documents: (a). STANDARD FORM 1442. Submit the SF 1442 issued under this solicitation, with Blocks 10 (DUNS Number) and Blocks 14 through 20 properly filled-out by the Offeror. Include acknowledgment of all Amendments that may have been issued, either by: (1) listing them in Block 19 of the SF 1442, or (2) including copies of the Amendment document(s) (Standard Form 30) with Blocks 8 and 15 filled in and signed, or (3) including signed acknowledgement in the form of a separate letter that includes a reference to the solicitation and amendment numbers. NOTE: Failure to acknowledge all Amendments issued pursuant to this solicitation may be cause for rejection of your offer. (b). OFFER GUARANTEE (BID BOND). In accordance with solicitation provision 52.228-1, Bid Guarantee, failure to furnish a bid guarantee, in the proper form and amount, by the deadline established for submitting offers, may be cause for rejection of the offer. (c). Calculation Worksheet for Self-Performed and Subcontracted Work (d). Contractor Certification Regarding Safety and Environmental (e). Any other information called out by this request for proposal 3. DOCUMENTATION OF ACCEPTABILITY. Proposals received in response to this solicitation will be evaluated in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 15.101-1 Tradeoff Process for Best Value. The following acceptability standards for the evaluation factor and significant sub-factors in the solicitation will be used as the basis for determining Performance Capability and Technical Acceptability in Phase One: 1) Organization and Management, 2) Capability to Perform Work, 3) Qualifications of Proposed Design Firm, 4) Qualifications of Proposed Staffing, 5) Relevant Past Performance Both Design and Construction and 6) Construction Experience. In Phase Two: five additional factors (7-11) will comprise volume one and all the required bid paperwork in volume two. The additional four factors are:7) Design/Build Team Solution, 8) Construction Experience of Elevator Manufacturer, Suppliers, Installers or Related Subcontractor, 9) Prime Contractor Safety Plan, 10) Project Parking Provided and 11) Provide Conceptual Rendering. 4. RELATIVE IMPORTANCE OF EVALUATION FACTORS: All evaluation factors for Phase One are equally important. All sub-factors are equally important. In Phase Two, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. All sub-factors for Phase Two are equally important. Offerors should address, in detail, their Technical Capabilities by describing their proposed approach to each factor. All factors will be considered based solely on the proposal provided, to the extent in which the proposal demonstrates a clear understanding of the requirements, and the contractor s ability to meet those requirements. NOTE: There is a realistic possibility that some offerors may choose to submit the same construction project as a qualifying example for both the past performance and the technical experience evaluation factors. This is not prohibited, but the supporting documentation must demonstrate that the submitted projects absolutely do comply with the specific minimal requirements, identified below, for each separate evaluation factor. 5. EVALUATION CRITERIA Phase 1: Performance Capability Evaluation Factors Factors 1-6, as provided below, will make up the evaluation criteria for Phase 1 FACTOR 1. Organization and Management The design-build offeror will: Provide information that describes the offeror s organization including the Prime Contractor, Design Firm(s) and Key Subcontractors. Organization: Describe what/how the Prime Contractor, Design Firm, Subcontractors will be utilized, their roles and responsibilities and any contractual arrangements that have been established. Include a simple organizational chart, illustrating the organization, including the proposed quality control group(s). Identify the design firm(s) chosen for the project, if not to be self-performed. Describe the proposed management structure for the team, describing how the design and construction process will be managed and the authorities and the delegations of authority within the team. Resumes and names of individual team members are not required for this factor. FACTOR 2. Capacity to Perform Work The design-build offeror will provide documentation substantiating the offeror s: Team Capabilities Staffing Levels FACTOR 3. Qualifications of Proposed Design Firm DESIGN TEAM: Resumes of the Design Team Leaders in each discipline shall also be required. Offeror shall submit information regarding their design team by providing all the information requested on SF330 and the information listed below. Each member of the team shall provide at least three (3) design-build projects of similar size, complexity, and costs to the present project that is indicative of their level of design experience. These projects need not be parking structures, but should clearly demonstrate the team members design-build delivery experience. Projects data should include the project name, description, delivery method, project start date, project completion date, initial contract amount, final project costs, and current contact information for the owner or owner s representative. The proposed design team shall, as a minimum, be comprised of the following discipline: Civil Engineer Structural Engineer Architect Electrical Engineer Mechanical Engineer Plumbing Engineer Fire Protection Engineer Parking Garage Consultant Note: The above list of eight members is not totally inclusive and it may be necessary for the firm to consult with other relevant disciplines, if they feel it is necessary, to complete the requirements of this project. Provide the following information for each team member: (1) Full name (2) Years of construction and/or design experience (3) Professional backgrounds (4) Professional and/or contractor s licenses (Reg. number, State, & year or other relevant credentials/ education) (5) Length of service with your organization (6) Other companies employed by in the past including time frames (7) Project related experience including time frames and brief project descriptions, including any design-build experience DESIGN TEAM LEADER: Criteria (must meet): The Design Team leader must be a registered professional engineer with a least five (5) years of design lead experience. The architect and all engineers of record shall be licensed to work in the State of Missouri and in good standing. The design-build offeror will provide documentation substantiating the offeror s Team Leader s experience in the following tasks of a similar scope of work in a narrative form: (1) Leading design teams (2) Developing and managing phasing and sequencing schedules of similar projects (3) Developing Project Risk Assessment - identify risks to the project and the Government. Each risk identified should state the possible impact(s) to the project and possible risk mitigation strategies. (4) Project Cost Control - should provide a minimum of 5 successful examples of significant cost control efforts. FACTOR 4. Qualifications of Proposed Staffing Offerors must submit a detailed resume of each key individual. This will be evaluated to determine if they have the appropriate training and or previous construction experience to meet the requirements of a project of this nature. Provide the following information for each key team member identified below: (1) Full name (2) Years of construction and/or design experience (3) Professional backgrounds (4) Professional and/or contractor s licenses (Reg. number, State, & year or other relevant credentials/ education) (5) Length of service with your organization (6) Other companies employed by in the past including time frames (7) Project related experience including time frames and brief project descriptions, including any design-build experience (8) Any additional information required in sub-paragraphs A-I below No one individual can perform more than two of the staffing positions below: A. Project Manager Must have a minimum of 10 years of experience in the industry and 5 years of experience as a project manager on a minimum of 3 projects with similar scope of this project. The project manager must have 30-hour OSHA certification. Identify any past pre-cast or parking structure experience. List any industry certifications, memberships and affiliations. Provide experience developing schedules, updating schedules and maintaining schedules during construction. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award and the contract award amount in dollars; The date of the construction contract completion, and the final contract amount, in dollars; A brief description of the construction contract scope of work; Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). B. Quality Control Manager Provide a minimum of 3 projects with similar scope of this project that they have acted as the QC manager. Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; and the date of the construction contract award. A brief description of the construction contract scope of work and the QC program that was implemented.; Identify at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). C. Safety Officer Must provide a list of safety training to include, at a minimum; life safety, excavation safety, scaffold safety, OSHA 30, fall protection training, crane/rigging safety. Must have a minimum of 10 years of experience in the industry and 5 years as a safety officer and must have 30 hours OSHA certification. Provide a minimum of 3 projects with similar scope of this project that are reflective of the required experience.� Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; Provide a brief description of the construction contract scope of work and how the safety program was implemented; Identify at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). D. Site Superintendent Must have minimum of 10 years of experience in the industry and 5 years of experience as a site superintendent and must have 30 hours OSHA certification. Provide documentation from at least two past projects in patient care areas that shows the contractor has been required to follow infection prevention and life safety measures required by a medical center/hospital. Provide at least 3 projects as a site superintendent with similar scope of this project.� Provide the name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award and the contract award amount in dollars; The date of the construction contract completion, and the final contract amount, in dollars; A brief description of the construction contract scope of work; and Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). E. Structural Engineer- The structural engineer of record shall be licensed to work in the State of Missouri and in good standing. The structural engineer should have a minimum of 10 years experience as a licensed engineer. The engineer of record should have experience in cast-in-place and precast concrete construction systems. List any industry certifications, memberships and affiliations. F. Architect- The architect of record shall be licensed to work in the State of Missouri and in good standing. The architect should have a minimum of 10 years experience as a licensed architect. List any industry certifications, memberships and affiliations. G. Parking Garage Consultant- Use of a parking garage specialist is not required for this project. The design-build team may choose to include this specialist on their team and provide credentials and experience. H. Civil Engineer- The civil engineer of record shall be licensed to work in the State of Missouri and in good standing. The civil engineer should have a minimum of 10 years experience as a licensed engineer. List any industry certifications, memberships and affiliations. I. Electrical, Mechanical and Plumbing Engineer(s)- The MEP engineer(s) of record shall be licensed to work in the State of Missouri and in good standing. The civil engineer should have a minimum of 10 years experience as a licensed engineer. List any industry certifications, memberships and affiliations. Special Note:� During the period of performance of the Contract, the Contractor shall make NO substitutions of the Staffing unless the substitution is necessitated by illness, death, or termination of employment.� The contractor shall notify the contracting officer, in writing within five (5) calendar days after the occurrence of any of these events.� Any replacement of Staffing shall have equal or better qualifications subject to the approval by the contracting officer.� When an offeror submits its proposal in response to this Request for Proposals, and key personnel who are proposed to work on the project are required to be submitted, those personnel who are offered will be the same personnel who will actually perform on the project. If, during performance of the contract, it becomes necessary for the contractor to substitute personnel for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the contractor shall submit to the Contracting Officer the same information that was required in the initial proposal regarding the proposed substitute personnel. The Contracting Officer shall have the right to review the qualifications of the proposed substitute personnel and to approve or disapprove his or her qualifications. If the proposed substitute personnel's qualifications are disapproved by the Contracting Officer, the contractor shall propose another substitute who does possess equivalent qualifications. When an offeror submits its proposal in response to this Request for Proposals, and the name and experience of a specific subcontractor is a required evaluation factor, then that subcontractor who is offered will be the same subcontractor who will actually perform the specified work on the project. If, during performance of the contract, it becomes necessary for the contractor to substitute a subcontractor for one of those whose qualifications were the basis for evaluation of the offer and award of the contract, the contractor shall submit to the Contracting Officer the same information that was required in the initial proposal regarding the proposed substitute subcontractor. The Contracting Officer shall have the right to review the qualifications of the proposed substitute subcontractor and to approve or disapprove its qualifications. If the proposed substitute subcontractor's qualifications are disapproved by the Contracting Officer, the contractor shall propose another subcontractor who does possess equivalent qualifications. FACTOR 5. Relevant Past Performance Both Design and Construction Firms For each of the submitted Relevant Past Performance contract for both construction and architectural/engineering examples, offerors must provide the following information: The name of the construction contract, and the contract ID number; The name of the contracting agency or organization the contract was awarded by; The date of the construction contract award, and the contract award amount in dollars; The date of the construction contract completion, and the final contract amount, in dollars; A brief description of the construction contract scope of work; and Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). Role, if any, proposed staffing played in the project A. Design Experience: The Architect/Engineer shall demonstrate not less than two (2) but no more than four (4) examples of past experience in design. To be evaluated as Relevant Past Performance, the A/E firm s projects/contracts submitted must meet the following criteria: 1. Relevant past performance must have been satisfactory or better. 2. A dollar magnitude for construction equal to or greater than $5,000,000.00; 3. Work that was 100% completed within a time period of no more than FIVE (5) years prior to the date of submitting this proposal. If the work is still incomplete, or was completed more than five years prior to the date of submitting this proposal, it will not be deemed relevant and not considered. B. Construction Offerors: (Prime Contract Holder) shall identify no less than ONE (1), and no more than THREE (3), previously-awarded and completed construction contracts involving a similar Construction of a Parking Garage which were issued by either: Federal, State, or Local Government Agencies; and/or Private Organizations. To be evaluated as Relevant Past Performance, the construction contracts submitted by offerors must meet the following criteria: 1. Relevant past performance must have been satisfactory or better. 2. Construction and/or a Design Build work as a prime contractor; 3. A dollar magnitude for construction equal to or greater than $5,000,000.00; 4. Work that was 100% completed within a time period of no more than FIVE (5) years prior to the date of submitting this proposal. If the work is still incomplete or was completed more than five years prior to the date of submitting this proposal, it will not be deemed relevant and not considered. SPECIAL NOTE for Offerors That May Lack Past Performance Information: In accordance with FAR Part 15.305(a)(2), in the case of an offeror that is without a record of relevant past performance, or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Such offerors may submit relevant past performance information regarding: predecessor companies; key personnel who have relevant experience; or subcontractors that will be performing major or critical aspects of this requirement; provided that such information is relevant to the construction in this solicitation. Offerors may provide information on problems encountered on the identified contracts and the offeror s corrective action, which may be considered by the Government. The Government also reserves the right to consider past performance information from all available sources, in addition to any information submitted by offerors. FACTOR 6. Construction Experience Offerors must provide evidence that they have the qualifications and experience needed to meet the performance requirements of this project. This factor will be used to evaluate the design-build team s understanding of the project and ability to develop a successful project.� Offerors must submit no less than three (3) examples of completed parking structures of a similar size, complexity and cost completed within the last 10 years.� If submitted examples are work product of a design-build team s subcontractor s past experience, the subcontractor should be clearly identified and have self-performed at least 15% of the project. Provide actual percentages, rather than generic statements. Projects data should include the project name, description, delivery method, project start date, project completion date, initial contract amount, final project costs, and current contact information for the owner or owner s representative. The construction project(s) submitted must involve: 1. Work as a prime contractor under the same NAICS code as this solicitation, which is 236220-- Commercial and Institutional Building Construction. 2. Work of a dollar magnitude equal to, or greater than $5,000,000.00 3. Work where the offeror self-performed at least fifteen percent (15%) of the cost of the project labor performed on site, using the offeror's own employees or employees of other eligible SDVOSB concerns IAW with 52.219-14. 4. Work that was of a similar nature to the scope of work for this project. This is defined as work performed at an active and occupied Hospital or Medical Facility. If an offeror chooses to submit experience that was not conducted at Patient Care Area of a Hospital or Medical Facility, they must explain how the nature and complexity of the work conducted involved construction requirements equivalent to that described in the Plans & Specifications of this solicitation. For each of the submitted Construction Experience projects, provide the following information: (a) The name of the construction contract, and the contract ID number; (b) The name of the contracting agency or organization the contract was awarded by; (c) The date of the construction contract award and the contract award amount in dollars; (d) The date of the construction contract completion, and the final contract amount, in dollars; (e) A brief description of the construction contract scope of work. (f) Identification of at least one point-of-contact at the organization that awarded the submitted contract, including: the name of the point-of-contact; their current mailing address; phone number; and email address (if applicable). (g) A brief description of the construction project scope of work, which explains how the project involved work as a prime contractor under NAICS Code 236220 involving construction work that was technically similar to the project work under this Solicitation. Phase 2: Technical Factors and Price Evaluation Phase Two Factors, consist of a total of five evaluation factors, Factors 7-11, Factors 7-11 will be submitted as the Phase 2 Technical Evaluation Factors. FACTOR 7: Design/Build Team Solution (Phase 2 -Technical Evaluation Factor) Offerors selected to participate in Phase 2 must demonstrate the design-build team s understanding of the project and ability to develop a successful project. The design-build offeror will provide: Project Cost Control- The design-build offeror shall provide a narrative outlining strategies used by the project team to control project costs and maintain the project schedule. Schedule- The design-build offeror shall provide an outline schedule reflecting the scope of the proposed work and timely delivery of the project. The schedule shall include all phases of the project - including design and construction from project notice-to-proceed to project closeout. Significant milestones should be highlighted and the critical path method. The schedule should include government review periods, inspections, permitting and all other design and construction activities. Phasing- The design-build offeror shall provide a narrative outlining project phasing and sequencing of the work. The phasing plans should clearly define any disturbance to existing facility operations and mitigation of those disturbances. The phasing plan will be evaluated on its overall impact to the facility. Project Risk Assessment- The design-build offeror should identify risks to the project and the Government. Each risk identified should state the possible impact(s) to the project and possible risk mitigation strategies. Project Functional Criteria and Performance-The proposed solution will be evaluated on the quality of the construction systems, materials and methods used in the proposed design. The design-build offeror shall provide narratives and drawings to clearly delineate their project approach. Durability, convenience for occupants and required maintenance will all be considered. Project Aesthetics- The offeror s proposed project should enhance and improve the campus environment. FACTOR 8: Construction Experience of Elevator Manufacturer, Suppliers, Installers or Related Subcontractor (Phase 2 -Technical Evaluation Factor) Offeror must provide evidence that the elevator contractor has the technical qualifications and experience needed to meet the technical performance requirements of this project. As such, provide evidence of qualifications of such contractor in accordance with Specification Section 14 21 00, paragraph 1.3. Acceptability of proposed elevator manufacturer, suppliers and installers will be contingent upon review of the submission by Contractor of documentation demonstrating the following: Installer has technical qualifications of at least five years of successful experience, trained supervisory and installation personnel, and facilities to install and/or modernize elevator equipment specified herein. Proposed Contractor shall submit a list of two or more prior hospital installations where all the elevator equipment it proposes to furnish on this project has performed satisfactorily together under conditions of normal use.� The list shall include projects that have been in operation for a period of not less than two years preceding the proposal date; include the names and addresses of the Medical Center. FACTOR 9. PRIME CONTRACTOR SAFETY PLAN (Phase 2 -Technical Evaluation Factor) Offerors must provide a construction safety plan per TIL Spec Section 01 35 26, SAFETY REQUIREMENTS for safety and infection control requirements, available at https://www.cfm.va.gov/til/spec.asp The contractor's Safety Plan shall be evaluated for their compliance with local/State/Federal rules and regulations and the company's consideration of safety of its employees and the general public. The contractor's Safety Plan at the minimum shall address their safety policy, commitment to safety, detailed disciplinary action to be taken with respect to employees violating safety requirements, personnel safety responsibilities, personnel safety training, personal protective equipment, accident / incident reporting procedure and investigations, emergency procedures guidelines and their safety incentive plan. The contractor s Safety Plan shall address their plan for completing all contract work on and around an active hospital without impacting patient care and completing all work in accordance with all construction documents and all local/State/Federal rules and regulations. FACTOR 10: Project Parking Provided (Cost) (Phase 2 -Technical Evaluation Factor) Offerors should identify number of parking spaces provided in the new structure and any additional surface parking around the structure. Offers will be evaluated based on the total number of covered and uncovered spaces provided in their proposed project compared to the minimum stated requirements. Note: Analysis may include cost per parking space provided for both surface and covered spaces. FACTOR 11: Provide Conceptual Rendering (Phase 2 -Technical Evaluation Factor) Offerors should provide a conceptual example of the parking structure. 6. PRICE PROPOSAL Offerors must provide a price for each bid item in the Price Schedule. In addition, offerors shall include a breakdown of material and labor costs, by specification division for each bid item. Overhead, profit and bond costs shall be added after a subtotal of materials and labor costs has been calculated. Price is to be submitted in accordance with the instructions in Block 17 of the Standard Form 1442. Award will be made on base bid items 1 and 2. The price proposal is only to be presented in Phase 2, in a separate binder from the Phase 2 Technical Evaluation Factors 7-11 Note: Factors 1-6 should not be resubmitted in Phase 2 7. BASIS FOR AWARD: This is a best value source selection conducted in accordance with Federal Acquisition Regulation 15.101-1, Tradeoff Process. At the conclusion of Phase 1, all offerors will be notified, in writing, if they have or have not been selected to participate in Phase 2. Phase 2 submittal instructions and associated timelines will be provided to all Offerors selected to participate in Phase 2. Under Phase 2, the Government will award this project to the Offeror who submits the best value, based on the evaluation of their technical offer and price. The Government will select the best overall offer, based upon an assessment of evaluation factors listed in the section entitled Evaluation Criteria. Contract may be awarded to the offeror who is deemed responsible in accordance with the FAR, whose offer conforms to the solicitation s requirements (to include all stated terms, conditions, representations, certifications, and all other information required within the project specifications) and is judged by an overall assessment of the evaluation factors to represent the most advantageous offer to the Government. As part of making the assessment, a best value analysis will be performed determining whether exceeding the minimum requirements at an associated price provides the best value to the Government. As a basis for award, trade-offs between price and non-price factors are permitted. THEREFORE, THE GOVERNMENT RESERVES THE RIGHT TO AWARD TO OTHER THAN THE LOWEST PROPOSED PRICE. However, the degree of importance of price as a factor in determining award could become greater depending upon the equality of the offers evaluated in the non- price factors. The greater the equality of offers within the non- price factors, the more important price becomes in selecting the best value to the Government. Award for all the work. The Government intends to award one, firm fixed price, contract as a result of this solicitation. Offers received for less than the stated number of items listed in the schedule will be considered ineligible for award. As set forth in 52.212-2(g), the Government intends to evaluate offers and award a contract without discussions with offerors; therefore, the offeror s initial offer should contain the offeror s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. (END OF PROPOSAL SUBMITTAL INSTRUCTIONS) PROJECT SPECIFIC INFORMATION PROJECT TITLE AND NO: Project 657-036 Inpatient Parking Garage PROJECT LOCATION: Department of Veteran Affairs St. Louis VA Medical Center John Cochran Division 915 North Grand Blvd St. Louis MO, 63106-1621 PROJECT OBJECTIVES Definition Design-Build (DB) as defined by the Department of Veterans Affairs (VA) is the procurement by the Government, under one contract, with one firm (which may be a joint venture) for both design and construction services for a specific project. PROJECT DESCRIPTION: Construct an inpatient parking garage on the St. Louis VA Medical Center John Cochran Division on the site currently occupied by surface parking and with the approximate site boundaries. The city block on which the parking garage will be located is bordered by Windsor Place along the south side and N. Spring Ave. along the west side. The lots of this city block, upon which the parking garage will be constructed are 3711 Windsor Place, 3715 Windsor Place, 3717 Windsor Place, 3719 Windsor Place and 3723 Windsor Place. Said lots are either occupied with miscellaneous structure, or vacant. The lots upon which the parking lot will be developed are 3661 Windsor Place and 3665 Windsor Place, said lots are either occupied with miscellaneous structure or vacant. MAGNITUDE OF PROJECT: Between $5,000,000.00 and $10,000,000.00 (VAAR 836.204) TYPE CONTRACT: Firm Fixed Price CONSTRUCTION: GENERAL CONSTRUCTION (Design-Build) NAICS: 236220, Commercial and Institutional Building Construction SMALL BUSINESS SIZE: $39.5 Million PERFORMANCE PERIOD: The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use no later than the performance schedule listed below: The Period of Performance for all Bid Items is 550 Calendar Days The time stated for completion shall include final cleanup of the premises. SITE VISIT: A site visit will be conducted on: February 19, 2020 11:30 AM CST Location: St. Louis VA Medical Center John Cochran Division 915 North Grand Blvd St. Louis Mo 63106-1621 Building 16, Room B201 and then proceeding to actual project location. Only one site visit will be conducted. Prime Contractors are strongly encouraged to invite any subcontractors they would like to provide bids. Site Visit meeting attendance is not mandatory. Therefore, if the interested contractors cannot attend this scheduled site visit meeting, the Offeror shall submit their best proposal, based on available solicitation documents. TECHNICAL QUESTIONS: For the Government to respond to all questions timely and in an appropriate format, questions must be submitted no later than : February 26, 2020 1:00 PM CST and will be answered by amendment to the solicitation.� Telephonic inquiries will not be accepted. All technical questions shall be submitted via email to paul.dixon@va.gov Questions received after this date will not be answered. WORK ELEMENT: Design-Build Effort is required by the Contractor. The Government has included a 35% design package consisting of project specifications and drawings (for reference only). TENTATIVE SOLICITATION SCHEDULE: This table has been provided to illustrate estimated submittal dates for the selection process and emphasizes key milestones in the selection process. Event Date (MM/DD/YYYY) Time Local Time (CST) Request for Phase One Proposal Issued 2/6/2020 Pre-proposal Conference/Site Visit 2/19/2020 NLT 1:00 p.m. Phase One Deadline for RFIs 2/26/2020 NLT 1:00 p.m. Issue Amendment to Solicitation (if needed) 2/28/2020 NLT 2:00 pm Proposals Due Phase One (SF330s) 3/3/2020 Request for Phase Two Proposal Issued 3/31/2020 NLT 2:00 p.m. Pre-proposal Conference/Site Visit ???? Phase Two Deadline for RFIs ???? Issue Amendment to Solicitation (if needed) ???? --- Phase Two Proposal Submitted 4/10/2020 Contract Award 5/22/2020 --- Notice to Proceed (POP 550 calendar days) ???? --- Project Estimated Completion ???? --- SAMPLE PROJECT SCHEDULE: Refer to Attachment C, Sample Project Schedule. This will be used your guide unless changed by amendment(s): BID GUARANTEE: A bid guarantee is required in an amount not less than 20 percent of the bid price but shall not exceed $3,000,000. Failure to furnish a photocopy of the original required bid guarantee in the proper form and amount, by the time set for submittal of bids, will require rejection of the bid in all cases except those listed in FAR 28.101-4, and may be cause for rejection even then. Bidders shall provide an original bid guarantee within two business days after notification by the Contracting Officer. & PAYMENT BONDS: In accordance with FAR 28.102-1(b) and Contract Clause 52.228-15, Contractors are reminded that any awards exceeding $150,000 shall require both Payment and Performance Bonds. All bonds are due no later than 10 days after award and prior to the start of any work. PROGRESS SCHEDULE: The progress schedule contemplated by VAAR 852.236-84, Schedules for Construction Contracts, shall be submitted and approved prior to commencement of any on-site work. NOTICE TO PROCEED: The notice to proceed (NTP) will be issued by contracting as soon all required insurance certificates, payment bonds and performance bonds have been delivered to the attention of the NCO 15 Contracting Officer (CO), reviewed and approved. AFFIRMATIVE ACTION GOALS AND GEOGRAPHICAL AREA (reference 52.222-23): Goals for Female Participate for each trade __6.9__% Goals for Minority Participation for each trade __14.7__% The Geographical covered area for this solicitation (project) is St. Louis, Mo. LIQUIDATED DAMAGES: (_) YES or (_X_) NO (reference Contract Clause 52.211-12) Amount Per Day: ___NA___ WARRANTY OF CONSTRUCTION FOR GUARANTEE PERIOD SERVICES: ( ) YES or (X ) NO (reference VAAR 852.246-75). RESTRICTION ON SUBMISSION AND USE OF EQUAL PRODUCTS: ( ) YES or (X) NO (reference VAAR 852.236-90) Description: ____NA__________________________________________ METRIC PRODUCTS: Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch/pound units, providing they fall within tolerances specified using conversion tables contained in the latest revision of Federal Standard NO. 376B, and all other requirements of this document are met. If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch/pound units, a request should be made to the contracting officer to determine if the product is acceptable. The contracting officer, in concert with the Contracting Officer s Technical Representative, will accept or reject the product. WAGE DETERMINATIONS APPLICABLE TO THIS PROJECT: General Decision Number: MO20190056 1/03/2020 Services Wage Determination: WD 1986-1207 (Rev.-46) PHASE 1 PROPOSAL DUE DATE: March 3, 2020 - 1:00 PM CST Veterans Health Administration Network Contracting Office 15 3450 South 4th Street Leavenworth KS, 66048-5055 Attn: Paul Dixon Jr. OFFER ACCEPTANCE PERIOD: Phase 2 Offers providing less than 120 calendar days for Government acceptance after the date offers are due may not be considered and may be rejected. FUNDING: Funding is not currently available. Award is subject to availability of funds, in accordance with FAR 52.232-18 Availability of Funds and VAAR 807-173. The Government does not compensate vendors for proposal development. Note: This solicitation is not a commitment by the Government and any expense incurred prior to the receipt of a contractual document is your responsibility. Only a Contracting officer is authorized to obligate the Government under this contract. Further, the Government is not obligated until the Contract is executed by a Contracting Officer. All information contained in this Solicitation should not be divulged to persons other than those having a definite Need to Know without prior approval in writing from this office. PROPOSAL EVALUATION: Offers will be evaluated using the procedures in FAR 15.305. The Government s intent is to award without discussions and offerors may be given the opportunity to clarify certain aspects of their proposal in accordance with FAR 15.306. If discussions become necessary, they will be conducted using FAR 15.306. The Government is not obligated to request any additional information from an offeror who does not provide sufficiently detailed information of which an accurate evaluation can be made of an offeror s proposal. Failure to submit all the requested information in the manner described above for the technical proposal may be grounds to consider the offeror incomplete and exclude the proposal from further considerations. It is, therefore, in the offeror s best interest to submit all required documentation to the fullest degree possible. If an offeror cannot provide all information required by the evaluation factors, a statement documenting each omission shall be included in the offeror s proposal addressing the omission(s). SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) VERIFICATION: solicitations are 100% verified SDVOSB. The award of this requirement shall not be delayed due to loss of SDVOSB verification. Proposals submitted by non-verified SDVOSB will be excluded from award consideration. SAFETY OR ENVIRONMENTAL VIOLATIONS AND EXPERIENCE MODIFICATION RATE: All Bidders/Offerors shall submit the following information pertaining to their past Safety and Environmental record. The information shall contain, at a minimum, a certification that the bidder/offeror has no more than three (3) serious, or one (1) repeat or one (1) willful OSHA or any EPA violation(s) in the past three years. All Bidders/Offerors shall submit information regarding their current Experience Modification Rate (EMR) equal to or less than 1.0. This information shall be obtained from the bidder s/offeror s insurance company and be furnished on the insurance carrier s letterhead. Self-insured contractors or other contractors that cannot provide their EMR rating on insurance letterhead must obtain a rating from the National Council on Compensation Insurance, Inc. (NCCI) by completing/submitting form ERM-6 and providing the rating on letterhead from NCCI. Note: Self-insured contractors or other contractors that cannot provide EMR rating on insurance letterhead from the states or territories of CA, DE, MI, NJ, ND, OH, PA, WA, WY, and PR shall obtain their EMR rating from their state run worker s compensation insurance rating bureau. A Determination of Responsibility will be accomplished for the apparent awardee prior to processing the award. The above information, along with other information obtained from Government systems, such as the OSHA and EPA online inspection history databases will be used to make the Determination of Responsibility. Failure to affirm being within the guidelines above or submit this information will result in a determination of Non-Responsibility for the bidder/offeror. NOTE: Any information received by the Government that would cause for a negative Determination of Responsibility will make the bidder/offeror ineligible for award. This requirement is applicable to all subcontracting tiers, and prospective prime contractors are responsible for determining the responsibility of their prospective subcontractors.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/57bebc676d8b4d4097c941e2377624a7/view)
- Place of Performance
- Address: Department of Veteran Affairs;St. Louis VA Medical Center;John Cochran Division;915 North Grand Blvd;St Louis, Mo 63106-1621, USA
- Zip Code: 63106-1621
- Country: USA
- Zip Code: 63106-1621
- Record
- SN05555739-F 20200212/200210230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |