589A5-23-188, Design AJP FCA-Repair Roads, Parking, and Sidewalks

expired opportunity(Expired)
From: Federal Government(Federal)
36C25523R0025

Basic Details

started - 02 Feb, 2023 (14 months ago)

Start Date

02 Feb, 2023 (14 months ago)
due - 16 Feb, 2023 (14 months ago)

Due Date

16 Feb, 2023 (14 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
36C25523R0025

Identifier

36C25523R0025
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103252)VETERANS AFFAIRS, DEPARTMENT OF (103252)255-NETWORK CONTRACT OFFICE 15 (36C255) (3718)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PRESOLICITATION SYNOPSIS:CONTRACT INFORMATION:a. 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 andqualifications for the required work.b. This procurement is located at the Colmery-O’Neil VA Medical Center in Topeka, Kansas. c. This is not a Request for Proposal and an award will not be made with this announcement. Thisannouncement is a request for SF 330’s from qualified contractors that meet the professionalrequirements.d. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three ormore of the most highly qualified firms will be chosen for interviews to present their approach tothe design to arrive at selection of the number one firm for negotiations. The Government will notpay nor reimburse any costs associated with responding to this
request. The Government is underno obligation to award a contract as a result of this announcement. The contract is anticipated tobe awarded on March 06, 2023.e. Award of any resultant contract is contingent upon the availability of funds.f. No solicitation document is available and no other information pertaining to project scope, etc. isavailable at this time. Any request for assistance with submission or other procedural mattersshall be submitted via email only (gislaine.dorvil@va.gov).g. Personal visits to discuss this announcement will not be allowed.h. The NAICS Codes for this procurement is 541310 Architectural Services and small business sizestandard of $12.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated timefor completion of design is approximately 194 calendar days including time for VA reviews. TheA/E firm shall also be required to perform construction period services if award of a constructionproject contract is made.i. DATABASE REGISTRATION INFORMATION:VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THISACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERANOWNED SMALL BUSINESS AE FIRMS IN COMPLIANCE WITH VAAR 852.219-10.ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGESDATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED.j. SYSTEM FOR AWARD MANAGEMENT (SAM):Federal Acquisition Registrations require that federal contractors register in the System forAward Management (SAM) database at www.sam.gov and enter all mandatory information intoPresolicitation Noticethe system. Award cannot be made until the contractor has registered. Offerors are encouraged toensure that they are registered in SAM prior to submitting their qualifications package.k. THE EXCLUDED PARTIES LIST SYSTEM (EPLS):To ensure that the individuals providing services under the contract have not engaged in fraud orabuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health careprograms, the contractor is required to check the Excluded Parties List System (EPLS) located atwww.sam.gov for each person providing services under this contract. Further the contractor isrequired to certify that all persons listed in the qualifications package have been compared againstthe EPLS list and are NOT listed. During the performance of this contract the Contractor isprohibited from using any individual or business listed on the List of ExcludedIndividuals/Entities.l. E-VERIFY SYSTEM:Companies awarded a contract with the federal government shall be required to enroll in E-Verifywithin 30 days of the contract award date. They shall also need to begin using the E-Verifysystem to confirm that all of their new hires and their employees directly working on federalcontracts are authorized to legally work in the United States. E-Verify is an Internet-based systemthat allows an employer, using information reported on an employee's Form I-9, to determine theeligibility of that employee to work in the United States. There is no charge to employers to useE-Verify. (FAR 52.222-54)m. Qualified A-E firms are required to respond if interested by submitting one (1) original completedStandard Form 330 qualification package Parts I and II to include all consultants (form availableon-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section Han 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 boundin 3 ring binder) and a CD copy of the Standard Form 330.n. Completed package shall be delivered on or before January 20, 2023, by 2:00PM CST to thefollowing address:Department of Veteran Affairs, NCO 15 Contracting Office,Attn: Contracting Officer: Gislaine Dorvil,Contracting Office Address:3450 SW Trafficway.Leavenworth, Kansas, 66048.o. 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 INFORMATIONDescription of work to be performed includes: Architect-Engineering services are required for SchematicsDesign, Design Development, Construction Documents, Technical Specifications, Construction PeriodServices, Site Visits, Cost Estimates, and all other related information for Project 586A5-23-188, AJPFCA – Repair Roads, Parking, and Sidewalks. The project will include design work for the preparationof 100% complete working drawings and contract documents using edited VA Master Specifications tocomplete the following:I. STATEMENT OF AE TASKSA. The AE shall furnish all services for a complete schematic design, design development, constructiondocuments, bid documents, Technical Specifications, Cost Estimates, construction period services, SiteVisits, As-Built Documentation, and all other related information as outlined in the "AE Instructions" forproject 586A5-23-188, AJP FCA – Repair Roads, Parking, and Sidewalks at Topeka VA Medical Center.1) Tasks Initial survey/conceptualizationo Conduct initial survey of spaces, utilities, fixtures, layout, landscaping, architecture,seismic shell, walkways, and all other appurtenances associated with the main lobbyor front entranceo Complete a geotechnical evaluation, if necessary, and review prior boring logso Meet with Facility Planner, Leadership, and other applicable members of the facilityIntegrated Project Team (IPT) to solidify our needs, discuss layout, etc.o Survey for hazardous materials (lead, asbestos, etc.) Conceptualizationo Create concept drawings and submit to the Contracting Officer’s Representative(COR) No more than three distinct concept designs are requestedo Create design posters and submit to the COR Utilize the facility Interior Design Schemeo Meet with IPT to discuss concepts, recommendations, and approve a particularconcept Design Phaseo Design all items contained within the scope of work, as needed, for a completeconstruction package Drawings Abatement drawings Specifications Abatement specifications Visualizations Final visualizations to display in Lobby Cost Estimates Note and estimate Bid Alternates that could be taken away from theproject but not reduce the Scope of Work; incorporate Bid Alternatesas an integral part of the projecto Total amount of Bid Alternates required to meet minimum of20% of base bid construction cost, per Minor ConstructionHandbook Include provisions for small, disabled, veteran-owned businesses,locality, rurality, etc. that have a considerable impact to the cost ofconstruction Scope of Work for Construction Construction Submittal Sheet Per specifications, expected submittals requiring approval Design calculations for HVAC, structural, seismic, etc.o GSF limits, per the Project Tracking Report (PTR) application No more than 2,000 GSF, new No more than 1,258 GSF, renovatedo Meet with the IPT, per the submittal schedule below, after design submittal to theCOR Take meeting minutes Record actions and track to completion Disperse information as needed Take notes of decisions made, and require signatures of approval from theIPTo Submit a CD containing all information relating to the final design of the project tothe COR Solicitation/Pre-Bid Phaseo Provide information on the project as requested by the COR and the ContractingOfficer (CO)o Attend pre-bid meeting to discuss concerns, answer questions, and be a stakeholderin the construction processo Work with the CO to issue amendments to the solicitationo Work with the CO to answer Requests For Information (RFIs) Construction Phaseo Provide Construction Period Services Review submittals from the construction contractor Approve/deny submittals based on design specifications Respond to RFIs from the construction contractor or COR Coordinate with the COR to complete site visits or walkthroughs atmilestones of construction Coordinate with the COR to complete a Punch-List Coordinate with the COR to complete a final walkthrough Provide industrial hygiene oversight for abatement of hazardous materials As-Built drawings, full-size mylars Update current plumbing, electrical, and space drawings with changes due tothis work2) The AE will be required to attend in person (or Senior Delegate of AE) to pre-bid meetings, apre-construction meeting, project construction meetings and a final inspection meeting. Therewill also be various construction site meetings that will require a representative of the AE.3) AE will provide meeting notes and or minutes for meetings and conference calls.4) The A-E shall provide competent design and construction period services utilizing individualswho are adequately knowledgeable of the various design disciplines including but not limited toarchitectural and engineering of structural, mechanical, electrical, and special systems as requiredby the project. Changes in personnel from those who are proposed in negotiations, interviews,kick-off meeting, and/or A-E submission forms must be approved in writing. The registeredindividuals who will stamp the completed documents shall accomplish engineering design work.B. The AE shall provide cost estimation, project scheduling & phasing, bid period and constructionperiod services as further described in the contract. Estimates shall have a full itemized line-item breakoutcommensurate with the degree of design accomplished. At the Schematic Design phase, square footestimates would be adequate. As the design progresses in detail, so the estimate would progress in detail.C. The AE shall provide bid documents in both hard paper copies and electronic format. Electronicformat shall include AutoCAD and Microsoft Word/Excel as well as PDF format for all. Final PDF of theconstruction drawings shall include the professional stamp.D. AE shall design construction to phase and coordinate work to minimize disruptions to medical centeroperations. Outages shall be minimized, and temporary conditions planned to maintain critical utilitysystems. Suitable space/access for mechanical room equipment maintenance must be maintainedthroughout construction. Must keep the number of outages to a minimum and group common work.Phasing of interruptions shall be clearly indicated on the construction documents.E. A-E shall design within funding limitations. AE shall coordinate cost control measures with COR todesign within funding limits. Cost control alternatives shall be explored in Design Development (DD's).The AE is required by national VA Directive to include at least a minimum of 20% bid deductions.F. Review AE Quality Alerts from the TIL.Design completion timeframe of 194 days after receipt of the Notice to proceed. The A/E firm shall alsobe required to perform construction period services after award of the construction project contract. Inaccordance with FAR 36.204, the estimated magnitude of the resulting construction project is between$1,000,000.00 and $5,000,000.00.EVALUATION FACTORS:Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VAAcquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selectioncriteria within submitted SF330 packages using additional pages as necessary. SF 330 submissionsincluding any additional pages are not to exceed fifty (50) pages.Prospective firms are required to address all selection criteria within submitted SF330 packages usingadditional pages as required and SF 330 submissions including any additional pages are not to exceedfifty (50) pages.Qualifications (SF330) submitted by each firm for Project # 589A5-23-188 for Topeka VA MedicalCenter will be reviewed and evaluated based on the following evaluation criteria listed below:1. Professional Qualifications: the qualifications of the individuals which will be used for theseservices will be examined for experience and education and their record of working together as ateam. A&E firms shall have licensed professional architects/engineers currently registered in thestate of Kansas or in a state of which Kansas has recognized the engineering license. The specificdisciplines which will be evaluated are Architects (ACHA – American College of HealthcareArchitects), Communication Specialist (minimum Voice and Data), Civil Engineer, MechanicalEngineers, Electrical Engineers, Structural Engineers, Estimators, CAD operators, ProjectManagers, fire protection engineer, and Certified Healthcare Interior Designer (CHID).2. Specialized Experience and Technical Competence: specific experience and technical skill in thetype and scope of work required for medical facilities new construction and renovations toexisting medical facilities, including, where appropriate, experience in energy conservation,pollution prevention, waste reduction, and the use of recovered materials. Experience andqualifications of personnel proposed for assignment to the project and their record of workingtogether as a team.3. Capacity to Accomplish the Work: the general wor load and staffing capacity of the design officewhich will be responsible for the majority of the design and the ability to accomplish the work inthe required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), primecontractors shall clearly demonstrate how they will meet the requirement that at least 50 percentof the design work be accomplished by employees of the concern or employees of eligibleservice-disabled veteran owned small business subcontractor/consultant.4. Past Performance: the past performance of projects that are complete (design and construction)that the firm has designed relevant in scope to the advertised project that were accomplished withthe Department of Veterans Affairs, other Government agencies, and private industry in terms ofcost control, quality of work, and compliance with performance schedules will be examined.Project past performances that are older than 3 years will receive a lesser score than thosereferences for projects accomplished within the past 3 years.5. Location of Design Firm: the geographic proximity of each firm to the location of the VAMedical Center will be evaluated. The mileage restriction is in compliance with VAAR805.207(b). This criterion will apply to the office from which the majority of the design serviceswill be performed. Firms within 350 miles of the medical center will receive a maximum score.Firms more distant than 350 miles will receive a zero score for this criterion.6. Claims and Terminations: record of significant claims against the firm or terminated contractsbecause of improper or incomplete architectural and engineering services will be examined.7. Reputation in A-E Community: reputation and standing of the firm and its principal officials withrespect to professional performance, general management, and cooperativeness.

Location

Place Of Performance : N/A

Country : United StatesState : KansasCity : Topeka

You may also like

23-0013 - 42048 - Sarival Avenue (west half) Yuma Road to Elwood Street (Design)

Due: 25 May, 2025 (in 13 months)Agency: City of Goodyear

ITB - Rosehill Road Sidewalk Plan NCDOT Project U-5528FA

Due: 23 May, 2024 (in 27 days)Agency: Public Services, Finance

Classification

naicsCode 541310Architectural Services
pscCode C1DAARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES