Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2020 SAM #6757
SOLICITATION NOTICE

C -- 542-20-1-5306-0006 Construct In-Patient Mental Health Building (VA-20-00007482)

Notice Date
5/28/2020 11:05:05 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420R0021
 
Response Due
6/10/2020 12:00:00 AM
 
Archive Date
08/09/2020
 
Point of Contact
302.668.5618, Benjamin Villasenor, Phone: 2402150637
 
E-Mail Address
Benjamin.Villasenor@va.gov
(Benjamin.Villasenor@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
ACQUISITION INFORMATION: The Coatesville VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A&E) services for Project No. 542-301, Construct In-Patient Mental Health Building. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. I. PROJECT INFORMATION: The consultant shall provide all architectural, mechanical, electrical and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the following work: Provide a full set of construction documents for the In-patient mental health building for Veterans with varying disabilities and illness that promotes warm and welcoming settings and structures, ready access to the outdoors, substantial natural light, space for private time as well as therapeutic, based on available evidence and best practices. A/E shall design accordance with most up to date VA Mental health Facilities Design Guide. The design of mental health facility needs to respond to changing workloads, care objective, and technologies. New space shall require minimum of 28 patient beds including minimum of (2) bariatric rooms and minimum of 40 staff members for mental health. Entire space shall comply with Anti-ligature policy. This project must provide complete and functional systems in accordance with the Department of Veterans Affairs (VA) requirements, industry standards, and all applicable code requirements. This applies to each and every system as a whole, which is affected by this project, even if only partially modified. The systems and equipment must maximize energy efficiency. SPECIFICS: This project involves constructing a new community living center to include the following details: Provide a full set of construction documents based on VA Mental Health Facilities Design guide and Coatesville s spacing requirement. The landscape plan shall reflect the needs of a healthcare environment. It shall be aesthetically pleasing, reflect seasonal changes, be safe for patients, and be easily and inexpensively maintained. The landscape design shall provide a framework for the natural environment, in lieu of a framework for the building. This is the phase of facility development process where landscape elements are integrated with or into the facility to complete the project. Adopt a landscape theme based on the regional character and historical and cultural significance of the facility. Create a non-institutional, home-like environment through careful attention to external and internal architectural features and interior design elements. Layout should incorporate an open and bright design. Unit configuration should be based on a pod-like design and should be absent of long corridors in order to promote social engagement and interaction with staff and provide for a more domestic and less institutional feel. Layout should be free of blind corners. Portions of the unit, such as the office suite, should be designed to be closed off after hours to reduce the amount of area within the unit required to be supervised by staff. Provide ample visual and physical access to nature, which promotes healing. Provide attractive, secure outdoor spaces directly off the unit. In addition to ample courtyard space for patient activities, consideration should be given to incorporating healing gardens. Indoor patient activity areas should have access to natural light and views, as well as appropriate acoustic control. Incorporate wall color, trim, accent colors, and securely anchored artwork in common areas and patient rooms. Interior finish shall be incorporated with Coatesville s finish standard. Minimize the potential for furnishings, fixtures, and equipment within the unit to be used as a weapon or anchor point for hanging. Develop multiple patient room clusters within the unit to allow for separation of different patient sub-groups. Staff Office integrated into main unit (not sequestered) Include an identifiable reception area for greeting patients and their families in a lobby area just outside the unit. In addition to functional benefits, a reception area sends a welcoming message to users. Sufficient signage should be placed to direct patients and families to this area. Utility, security, and IT infrastructure shall be provided. New space shall have VAV. HVAC control shall be coordinated with on-going design Consolidate HVAC control . Provide a secure and psychological safe courtyard. If not in this phase, then should be able to easily incorporate in the following phase(s) Design and construction work will be coordinated with other active projects at the Medical Center. Other options as determined by design meetings for efficient delivery of service. II. TIME SCHEDULE REVIEW AND SUBMITTAL REQUIREMENTS: Initial Project Design Team (PDT) Meeting Day 0 Schematic Submission 28 Days after Initial PDT meeting Design Development (DD) 35% Design 98 Days after Initial PDT meeting Construction Documents (CD) 1 - 65% Design 168 Days after Initial PDT meeting Construction Documents 2 - 95% Design 238 Days after Initial PDT meeting Bid documents 270 Days after Initial PDT meeting Completed bid documents are expected within 270 days of Initial PDT meeting. The above reviews are required at the periods shown. The government will have 14 days to review each design submittal. Note: The issue of the Notice to Proceed (NTP) will be the first PDT Meeting. A/E shall attend and take minutes of each PDT Meetings. Minutes shall be submitted electronically to the Project Manager and Contracting Officer within three calendar days of each meeting. III. CONSTRUCTION PERIOD SERVICE REQUIREMENTS. Provide 3rd party commissioning service. Provide 3rd party NESHAP survey Provide 3rd party asbestos monitoring. Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, support by written recommendations of any problems or litigation encountered in past based on firsthand knowledge Review all submissions and provide recommendations to the VA within five calendar days upon request. Review and provide replies to contractor generated Requests for Information (RFI) when required by the project manager within five days Review contractor s change order request and provide an independent cost estimate for each change order request Review contractor's cost estimates and provide recommendations to the VA Make site visits on requests of the VA and prepare written reports to include agreed upon changed in design as determined necessary during the construction. Visits made based on errors and omissions in design shall be at no cost to the VA. Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction and with correspondence performed during construction. Transpose contractor s as-builts to AutoCAD 2007 2014 and provide a set of updated as-builts and specifications on CD within 30 days to the COR. Post-construction phase award and weekly project meetings are required - Telephone or Site Attendance is mandatory for all weekly meetings to address concerns and issues when directed by the Contracting Officer. For Change orders that are caused by design errors the AE is responsible for generating the Scope of Work, specifications, drawing revisions / sketches and IGE as well as reviewing the contractor pricing. SITE INVESTIGATION Make site visits as required to determine existing as-built conditions affecting this project. Note: Information including drawings and other documentation provided to the A/E is used as reference only. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov/til/. A/E shall field verify every aspect that relates to the project, including all dimensions, wall layouts, capacities, etc. Coordinate visits with the Project Manager as assigned after award. The A/E shall arrange for and oversee the performance of such investigations as he/she determines are required for the proper design of the project. The site investigation shall include a full land survey and geotechnical research of the proposed site. V. EVALUATION CRITERIA: The A&E selection criteria for this acquisition is listed in descending order of importance. Sub-elements are of equal importance. 1. Previous Experience of Proposed Team 1. Project experience 2. At least two (2) similar projects in size and scope 2. Team Proposed for This Project Background of Personnel 1. Project manager 2. Other key personnel 3. Consultants 3. Proposed Management Plan 1. Design phase 2. Construction phase 4. Project Control 1. Techniques planned to control the schedule and costs 2. Personnel responsible for schedule and cost control 5. Estimating Effectiveness 1. Ten (10) most recently bid projects. Preferably VA projects, but firms can use others to supplement the ten projects if they have not completed ten VA projects. 6. Response Time 1. RFI's, Submittals, Change Orders - Percentage in relation to total amount 2. Prime firm 7. Proposed Design Approach 1. Architectural, structural, environmental, electrical, plumbing, mechanical 8. Miscellaneous Experience & Capabilities 1. Experience in NFPA 70E and 101 Life Safety Code 2. Industrial hygienist 3. Past Performance provide min. of (2) (PPIRS, PPQ) similar projects in the size and scope. VI. SUBMITTAL INSTRUCTIONS: Who May Submit: This project is set aside for VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.   The NAICS for this project is 541310. Where To Submit: Offerors shall submit all original proposals to: Wilmington VA Medical Center Contracting (117 Benjamin Villasenor) 20 Montchanin Rd. Greenville, DE 19807 Benjamin.villasenor@va.gov How To Submit: All SF-330 submissions shall be clearly marked with the subject line displaying the solicitation number. Interested A&E firms having the capabilities to perform this work must submit Three (3) copies of the SF-330 (8/2016 Edition) and one (1) CD of the SF-330 submittal, to the above address not later than 3:30 p.m. (local) on June 10, 2020. Late proposal rules found in FAR 15.208 will be followed for late submittals. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF-330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF-330, Part II is already on file. SF-330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF-330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $7.5 million. Submit only one SF-330, Part I from the Prime for the design team, completed in accordance with the SF-330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. Personal visits to discuss this announcement will not be allowed. VI. Contract Award Procedure: A&E firms shall be registered at www.sam.gov and www.vetbiz.gov. If available, please include your firm's VetBiz.gov SDVOSB status verification. Failure of a proposed SDVOSB A&E firm to be certified by the CVE at the time of the SF330 is submitted shall result in elimination from further consideration for award. Following an evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. After interviews, the most highly qualified firm will be issued the solicitation and requested to submit a proposal. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. A&E firms will be selected based on demonstrated competence and qualifications for the required work. NAICS 541310 and size standard $8M apply. The award of a Firm Fixed-Price contract is contemplated and is subject to the availability of FY 20 funding. Magnitude of construction project estimate is between $10,000,000 and $20,000,000.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/543480712f6147ed9918ee5c8f8a1eda/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Medical Center 1400 Blackhorse Hill Road 19320
Zip Code: 19320
 
Record
SN05672770-F 20200530/200528230157 (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 |
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.