C1DA--Update Master BIM Drawings [AE - 552-21-201]

expired opportunity(Expired)
From: Federal Government(Federal)
36C25021R0137

Basic Details

started - 30 Jul, 2021 (about 2 years ago)

Start Date

30 Jul, 2021 (about 2 years ago)
due - 16 Aug, 2021 (about 2 years ago)

Due Date

16 Aug, 2021 (about 2 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
36C25021R0137

Identifier

36C25021R0137
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103362)VETERANS AFFAIRS, DEPARTMENT OF (103362)250-NETWORK CONTRACT OFFICE 10 (36C250) (5697)
[object Object]

SetAside

SDVOSBS(Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14))
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.

Page 4 of 4 REQUEST FOR SF330 1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 552-21-201, A/E Update Master BIM Drawings at the Dayton VA Medical Center, 4100 W. Third Street, Dayton, Ohio 45428. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via Contracting Opportunities. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. 2. DESCRIPTION: The objective of this project is to perform the annual of the master Building
Information Model (BIM) at Dayton VAMC while furthering BIM capabilities to support missional requirements. In support of the Agency s Priorities by adopting technology and new business processes available in design, construction, facility and portfolio management -- the real property industry worldwide is using Building Information Modeling (BIM) BIM (Building Information Modeling) is a digital representation of physical and functional characteristics of a facility. BIM is a shared knowledge resource for information about a facility forming a reliable basis for decisions during its life-cycle; defined as existing from earliest conception to demolition. BIM began as software adapted from virtual reality video game platforms. BIM builds a building virtually in 3D, replicating real world conditions with engineering precision to the millimeter or less. BIM has a database structure, so a change in one format is reflected in all formats. Counting and measuring (space, size, etc.) is automatic. Reports derived from BIM present information as 3D models, 2D plans, Excel lists, facility data, or text, etc. Costs can be assigned to objects and be tied to specifications, workflow, and scheduling, providing efficiencies similar to how a smartphone has combined the camera, maps, GIS/GPS, telephone, etc. BIM data can also be easily moved into other software (e.g. CMMS/Logicole/ Maximo, CAI) for other uses and reports. Although BIM is deployed in VA, there is not a coordinated effort across VA organizations to create a system that maximizes the value to the Agency, so different parts of what should be an end-to-end customer data journey are independent and discontinuous, without consideration of the whole process or enterprise need. VISN 10, however has captured this initial concept vision to model all Architectural Building space, as a framework to advance this future planned coordinated effort. Each site within VISN 10 has been modeled and been maintained through Dec 2020 along with sporadic updates, so the work effort needed with this project to update the documents is minimized at the outset. (i.e. not necessarily requiring complete survey and scanning work from scratch) Design errors and omissions are major FboNotice causes of failure in meeting project cost and schedule projections. The most frequent problems cited by contractors regarding contract documents are: 1) Lack of coordination of building systems; 2) Gaps or discrepancies; 3) Constructability issues; and 4) Errors in calculations, details and dimensions. BIM helps to eliminate these problems because in a database platform, all information is linked---a change in one view is changed in all views. The positive impact of BIM is cumulative through successive stages of a project, with design and preconstruction benefits contributing directly to improving downstream construction and operational outcomes. Reducing design errors in construction documents equates to fewer corrections in the field, which subsequently reduces the risks for project cost overruns and construction delays. Changes to our facilities infrastructure come in various ways and requires immediate and constant updating in order to strive for current and relevant accuracy with the ever-changing building and utility environments VA manages. VA VISN 10 views the need for these documents to enable more effective Facility Management (FM) and planning efforts, but also to aide in reducing change orders received on various projects and one day to integrate with our CMMS systems, wayfinding signage, and other (to yet be imagined software/apps) while providing information for shared allocation needs. Standardization within one medical center is needed but also across all VISN 10 facilities is optimal. Space information including departmental ownership assignments and site utility / site plan information as well as life safety information are the basic minimum actions desired under this contract. Facilities need to maintain accurate station record drawings/documents in support of facility operations, ensure compliance with life safety and The Joint Commission environment of care requirements, and to facilitate the planning, programming and design of capital improvement projects. VA requires annual updates of its real property records to accurately capture total amount and functional use of its owned and leases building square footage (Gross Square Footage [GSF] and Net Usable Square Footage [NUSF]). The VA utilizes the Capital Assets Inventory (CAI) system as its system of record for its real property. Typically, each year on August 1st every VA station is required to complete any updates to its CAI records and certify the information is accurate. The Architectural documentation already received through Dec 2020 includes accurate room and space layouts, square footage, functional use, department ownership, and other useful information. Space ownership and identification is critical for VA strategic and tactical planning efforts. Changes are constantly made as priorities evolve to facilitate patient care. Maintaining this master record document set aides space management committees and promotes healthful strategic planning. BIM has been a crucial tool in updating the VA CAI database. Life Safety items have been already completed within the initial set of documents received; however, verification and alterations continue to be required. Fire/ Smoke wall locations / respective designations, smoke compartment areas and Suite locations and flammable hazard room locations, need to be identified with respective total GSF/NSF captured on the documents to confirm VA meets the Life Safety Code travel distance and other code requirements). Dead-end corridor length, Exit Egress lengths (primary and secondary routes identified) and other items are all paramount to describing Life Safety issues to the building inspector for the joint commission accreditation process. Wall heights were assumed and need to be verified in this project to accurately reflect and update the current architectural as-is conditions. HVAC Air Handlers located on roofs have been identified in block form. (displayed to minimize data storage/memory of file size) As part of VISN 10 standard protocol, nearly all new construction and designs are completed in BIM/ Revit - this includes Architectural, MEP, and other details- (only few projects are completed via AutoCAD), however all these documents (including that changed by inhouse staff and contracts) must be integrated into one master record document in order to maintain a single station master record file set. This contract shall integrate Bldg. Service Equipment (BSE) or Real Property Inventory and Equipment (RPIE) (DMLSS term) schedules and the like already placed in stand-alone BIM documents for the continuance and advancement of the entire station being documented within a master record BIM/ Revit document to capture a life cycle Building approach vision. Period of Performance: 75 Calendar Days after Contractor receipt of Notice to Proceed Contract Type: Firm-Fixed-Price NAICS Code: 541310 Size Standard: $8 Million 3. VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.va.gov/ Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. 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 and 1128A 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.beta.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) 4. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1 and VAAR 836.602-1: (a) Professional qualifications necessary for satisfactory performance of required services; (b) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (c) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; (d) Capacity to accomplish the work in the required time; (e) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (f) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; (g) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; and (h) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part IA to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. 5. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under VAAM 836.602-1, Selection Criteria. Negotiations will then begin with the most preferred firm. 6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: Completed SF330s can be submitted via electronic mail to Jenessa Regan, Contract Specialist, at jenessa.regan@va.gov no later than August 11, 2021 at 10:00 AM EST. The SF330s are due on August 11, 2021 at 10:00 AM EST. 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. 8. No Fax or Telephonic Responses will be accepted: 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 (jenessa.regan@va.gov). Telephone inquiries will not be honored. 9. VA Primary Point of Contact: - Angie Carpenter - Contract Specialist - Email: angie.carpenter@va.gov

4100 W. Third St  Dayton ,
 OH  45428  USALocation

Place Of Performance : 4100 W. Third St

Country : United States

Classification

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