C211--657A4-24-101, Conduct BIM Scans (VA-24-00059794)

From: Federal Government(Federal)
36C25524R0064

Basic Details

started - 08 Apr, 2024 (21 days ago)

Start Date

08 Apr, 2024 (21 days ago)
due - 13 May, 2024 (in 13 days)

Due Date

13 May, 2024 (in 13 days)
Pre-Bid Notification

Type

Pre-Bid Notification
36C25524R0064

Identifier

36C25524R0064
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103442)VETERANS AFFAIRS, DEPARTMENT OF (103442)255-NETWORK CONTRACT OFFICE 15 (36C255) (3723)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

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.

Page 2 of 2 Synopsis: PROJECT TITLE: Conduct BIM Scans 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 based on demonstrated competence and qualifications for the required work. b. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. c. 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. d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the John J.
Pershing VA Health Care System Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. 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. 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. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to cedric.graham@va.gov . Personal visits to discuss this announcement will not be allowed. g. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $12.5M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 360 calendar days including time for VA reviews. h. 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 INCOMPLIANCE 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. j. 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. k. 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) l. A-E firms are required to respond if interested by submitting one (1) 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 shall be made electronically. m. Completed package shall be delivered electronically on or before 05/13 /2024 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Cedric Graham, Contracting Officer @ cedric.graham@va.gov . PROJECT INFORMATION The mission of the Veterans Affairs Poplar Bluff Missouri is to provide the highest quality health care to our nation s veterans. To accomplish this mission, VA Medical Center Poplar Bluff Engineering Service intends to partner with an Architect/Engineer A/E or Engineer Firm for a design completion to Conduct BIM Scans, and additional supplemental guidance published by VA for VA owned facility at the VA Medical Center, Poplar Bluff Missouri. Supplement B SCOPE OF CONSTRUCTION PROJECT and PROJECT CONSTRAINTS The A/E (Architect/Engineer) shall provide all Engineering Reports and Cost Estimates for the VA Project 657A4-24-101 Conduct BIM Scan at the John J. Pershing VA Medical Center Poplar Bluff, Missouri. A/E shall develop revised Project Procedures Manual (PPM) and BIM Execution Plan (BxP) specific to JJP VAMC, as deliverables. Deliverables will be approved prior to the initiation of BIM scans. Project will map existing building water systems and develop plans to upgrade and correct the facility s Potable Water System to reduce the potential for formation and growth of Legionella and other contaminants as well as ensure fixtures are up to date for anti-scald prevention. Project will address recommendations made to bring the facility into compliance with VHA directive 1061 (Prevention of Healthcare-Associated Legionella Disease and Scald Injury from Potable Water Distribution Systems) by addressing the following items: surveying and identification of dead legs; surveying and identification of anti-scald devices; surveying and documentation for the additional hot and cold water recirculation in the existing system; documentation of existing conditions (integrate into a new JJP VAMC BIM Model diagram of the existing domestic water system including all valves and shut-offs); and investigation into possible biocide treatments and locations for port injection if deemed appropriate for maintaining biocide levels or periodic treatment/remediation. A/E shall gather/ monitor and collect data to analyze facility water system to clearly identify locations of cross-connections, dead-end legs or other deficient temperature / scald issues. As part of this contract the A/E shall field verify all existing conditions. The A/E shall visually verify all domestic water plumbing in Building 1. Areas that cannot be visually inspected shall be surveyed with thermal imaging equipment or similar devices to identify hidden plumbing components. It is the expectation of the facility that the domestic water system be identified in ENTIRETY including all associated components (valves, water hammer arrestors, backflow preventers, etc.). Destructive investigations to identify hidden plumbing systems will only be permitted with the approval of the COR. The contractor shall be responsible for correcting and repairing any destructive investigations. Repairs will be in accordance with VA TIL specifications. As-built drawings of domestic plumbing systems may be provided to the contractor for general guidance, but this does not exclude them from the requirements previously stated in this section. The JJP VAMC in Poplar Bluff, Missouri would like to include Building 1. This building is patient care centered. Engineering report shall be completed to identify all location of cross-connections, dead-end legs or other deficient issues along with cost estimates to address said issues, as deliverable. The A/E shall carefully review all requirements of the latest edition of the Accreditation Manual for Hospitals, of the Joint Commission of Accreditation of Hospitals, with respect to design and operating requirements and report all conflicting conditions in writing. The A/E will provide extended BIM services to assist in the development the VA Facilities plumbing and architectural BIM models. The A/E will provide personnel with the expertise as requested by the Government. Some of this staff may be required to assist through the completion of modeling/training process of Facility Management staff members may be required. For estimating purposes, the A/E will assume 40 hours of technical assistance will be required. EVALUATION FACTORS: Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Qualifications (SF330) submitted by each firm for PROJECT NUMBER: 657A4-24-101, Conduct BIM Scans John J. Pershing VA Medical Center will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance: 1. PROFESSIONAL QUALIFICATIONS: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A&E firms shall have licensed professional architects and engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, CAD operators, Project Managers, LEED Consultant, Fire Protection Engineer, and Interior Designer. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Provide detailed project information on any projects (that are complete - design and construction) the proposed team has worked together on in the last five (5) years. Special emphasis will be given to any medical facility related projects. If the entire team has not worked together previously, provide detailed project information that each of the team members have worked on in the last three (3) years with special emphasis on medical facility projects. The project information should include project titles, a short scope of work, date of design completion, date of construction completion, firms involved, etc. The A/E shall also describe if they have any experience completing a design that was started by another A/E firm. Provide the project title, scope of work, date of design start for this team, percentage of design when accepted by team and completion of design. 3. LOCATION OF DESIGN FIRM: LOCATION OF DESIGN FIRM: The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The medical center is located at John J. Pershing VA Medical Center, Poplar Bluff Missouri 63901. This criterion will apply to the office from which the majority of the design services will be performed. 4. PAST PERFORMANCE. NCO 15 will evaluate past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of construction cost estimating, cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. 5. CAPACITY TO ACCOMPLISH THE WORK. The general workload and staffing capacity of the design offices which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. 6. CLAIMS, TERMINATIONS AND LITIGATION. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Provide information on any litigation involvement of the past five (5) years and the outcome.

VA MEDICAL CENTER 4101 SOUTH 4TH STREET  LEAVENWORTH , KS 66048  USALocation

Office Address : VA MEDICAL CENTER 4101 SOUTH 4TH STREET LEAVENWORTH , KS 66048 USA

Country : United StatesState : KansasCity : Leavenworth

Classification

naicsCode 541310Architectural Services
pscCode C211Architect - Engineer Services (including landscaping, interior layout, and designing)