Veterans Affairs



FedBizOppsModification to a Previous Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'SZIP-CODESOLICITATION NUMBERBASE NOTICE TYPERESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Modification to a Previous NoticeRev. March 2010CAE IDIQ SOUTHERN TIER NCO 10 ARCHITECTURALPROJECT 610-16-50149037VA251-16-R-008505-08-201699N2541310Department of Veteran AffairsNetwork 10 Contracting OfficeBldg 9 Room 1055500 Armstrong Rd.Battle Creek MI 49037Network Contracting Officer 10Ft. Wayne, INIndianapolis, INMarion, INVariousUSscott.brennan2@Scott D. Brennan, Contracting OfficerPRE-SOLICITATION NOTICE (REQUEST FOR SF330s)The Department of Veterans Affairs (DVA) Network 10 West Contracting Office is seeking qualified Architect -Engineering (AE) firms to submit Standard Form 330 (SF330) “Architect / Engineer Statement of Qualifications” for multiple award Indefinite Delivery-Indefinite Quantity (IDIQ) contracts for general architectural related AE services at VA facilities in Network 10 West Southern Tier (State of Indiana). Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the State of Indiana to be considered for this opportunity (the laws of the State of Indiana regarding an AE firm’ and registration of architects and engineers applies). Also see geographic location and office locations restrictions in paragraph 8.g. of this work 10 West Southern Tier locations includes:Richard L. Roudebush VA Medical Center, 1481 West 10th St., Indianapolis IN 46202VA Northern Indiana Health Care System, Fort Wayne Campus, 2121 Lake Ave., Fort Wayne IN 46805VA Northern Indiana Health Care System, Marion Campus, 1700 E. 38th St., Marion IN 46953General architectural AE Services to be provided as followsAE shall be required to furnish services in accordance with current Department of Veterans Affairs Master Specifications (PG-18-1), Barrier Free Design Guide (PG-18-13), Unified Facilities Guide Specifications, International Building Codes, National Fire Protection Association codes, and other agency standards. Department of Veterans’ Affairs specific documents are located on the Office of Construction and Facilities Management Technical Information Library ().AE services required shall be multidisciplinary in nature to include but not limited to: Architectural, Structural, Civil, Interior Design, Landscape Architect, Industrial Hygienist, Surveying, Geotechnical, Surveying, Hazardous Materials / Environmental Services (asbestos, lead survey), Project Management, Construction Management, Energy, and Estimating. The preponderance of the work via this IDIQ will be architectural in nature however projects may also require the engineering disciplines Mechanical, HVAC, Plumbing, Electrical, and also those of a Registered Fire Protection Engineer, therefore these disciplines must also be included in the SF330 submission. AE services may include any combination of the below services (but not limited to) to accomplish building designs for new facilities as well as renovation/remodel, cost estimating ( using history of similar projects in the region if possible) and upgrade of existing facilities and systems, to include new buildings, building additions and/or building renovations or remodels. Requirements will vary for each individual IDIQ Task Order and will be defined by separate scopes of work. 1. Concept and scope development. 2. Investigations, Assessments, and Feasibility studies. 3. Space planning. 4. Environmental studies.5. Program analysis.6. Schematic design. 7. Pre-construction document technical investigation and studies. 8. Design, drafting, and planning services for renovation, demolition and alterations to existing facilities, interior design, and space planning; 9. Design Development to include deliverables such as designs, plans, drawings, specifications, etc. 10. Design reviews through the Design Development stages of a project. 11. Cost estimates through the Design Development stages of a project (using RS Means, history of similar projects in region, and standard estimating practices). 12. Value engineering reviews. 13. Construction Documents to include deliverables such as designs, plans, drawings, specifications, etc. 14. Construction document and constructability reviews. 15. Cost estimates for Construction Documents (using RS Means, history of similar projects in region, and standard estimating practices). 16. Preparation of schedules, phasing plans, and network analysis. 17. Life-cycle cost analysis.18. Insuring coordination of various control/life safety/nurse call/IT systems (regardless if new or existing), 19. Fact-finding studies, surveys, investigations and other professional services not necessarily connected with a specific design or construction project. 20. Project Management, Construction Management, and Construction Administration.21. Construction Quality Assurance and Quality Control. 22. Construction period services including: construction submittal review, request for information investigation and response, change order/modification investigation, design, cost estimating, and issuance. 23. Specialty consulting, investigations, and reports not available through design AE (technical reports, commissioning, etc.). 24. Energy computations, LEED studies/certification 25. As-built preparationAE services are typically known as Study, Schematic, Design Development, Construction Documents, Bid Documents, and Construction Period services, to include reproduction of documents. Potential projects require multi-disciplinary engineering services for various commercial or industrial type facilities, vertical/horizontal construction, pavements and roads, and other hospital related structures. Standard services, in addition to those inherent to the production of construction drawings are (but not limited to):Provide professional engineering services as required for the preparation of working drawings, specifications, cost estimates, and (any) possible impact costs for multi-discipline services for the various projects.Furnish progress reports of their work. Closely coordinate AE’s work performed in his/ her office with the related work of the Government staff personnel. Promptly report to the Contracting Officer any ambiguities or discrepancies discovered in the project requirements, criteria, or documents, involving their work or the work of the Government. Assist VA Medical Center in conferring and coordinating with state and local Government agencies, as required. Visit the project sites, hold conferences and discussions with the Government representatives in VA’s office, and take such other action as may be necessary for the design development, and to coordinate and complete the required services and documents under each task order. Where relevant for task orders, check and recommend to the Government, approval or rejection of shop drawings, samples, equipment lists, and data applicable to the AE’s part of design work, during the construction period. AE shall analyze and verify utility systems and structures as necessary and as part of their proposal. AE shall provide final As-Built drawings utilizing final construction markups (‘red-line drawings’) for subsequent submission to the COR for the project or other designated Government representative. The AE shall advise the Contracting Officer and Contracting Officer Representative (COR) as to the recommended construction timeframe for each construction Bid Item and entire project. AE team shall design the project for multiple Bid alternative Items if requested. The COR shall be included on all correspondence between AE and contractors, subcontractors, vendors, etc. pertaining the request project to ensure VA is in informed of any issues, inquires, questions, etc. regarding the design or project. The Design(s) shall include all (related) work which represents a complete project, including separation of basics, as required for any multiple Bid Items. The AE shall use the most current Veterans Affairs Master Specifications which can be found at: and shall edit (accordingly) to ensure best practices and to suit the project. The AE shall document and distribute to the contracting officer and the COR all site visits, meeting minutes, provide a record of all phone messages, and reports monthly. AE shall provide specifications for Phasing and Coordination of utility shutdown(s) with VA COR. Prepay shipping charges on all charts, sketches, drawings, and documents that are sent to the Contracting Officer and/or COR. AE is responsible for physical surveys and investigations (in order to minimize construction change orders) of existing conditions, which may include sewer surveying, hydrant flow analysis, and accuracy of existing studies and data. Investigative services may require destructive demolition.CRITICAL PATH SCHEDULING: The AE shall develop a critical path schedule demonstrating fulfillment of the contract requirements and shall utilize the plan for scheduling, coordinating and monitoring work under this contract, including all activities of the AE. The precedence diagram method (PDM) shall be utilized to satisfy both time and cost applications.The AE services may be performed in phases, at the option of the Government. These phases will be executed only if the Contracting Officer elects a Government option and issues a separate Task Order or written "Notice to Proceed" to the AE for the particular phase.SET-ASIDE INFORMATION: This procurement is a total small business set-aside divided between the following categories: 40% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) AE firms and 60% set-aside for Small Business (SB) AE firms under North American Industry Classification System (NAICS) Code 541310, Architectural Services (Small Business Size Standard $7.5 Million). The Government intends to make a minimum of two (2) awards to SDVOSB AE firms and three (3) awards to other SB AE firms for a total of five (5) awards. However, after the short-list (see paragraph 7. below) of firms is determined and the quantity of qualified SDVOSB firms submitting qualification packages is such that more than two (2) SDVOSB firms are determined to be among the top ranked firms after Stage II evaluations, the quantity of awards to SDVOSB firms will increase and the quantity of awards to SB firms will be reduced by a like amount. Verification of SDVOSB status will be done via confirming current registration in the Center for Veterans Enterprise – Vendor Information Pages database (vip.) and SB status will be done via confirming current registration and representations as a SB in the System for Award Management (). The awarded contracts will be firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ). The IDIQ contracts will be for one base year from the date of award with options to extend the term of the contracts for four (4) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract amount of $20,000,000.00 awarded across all IDIQs is reached, whichever is earlier. Each contract awarded will have a guaranteed minimum order of $1,500.00 for the total of the base year and all option years. The minimum value of any individual Task Order is $2,500.00 with a maximum Task Order value of $1,000,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved.This procurement will be following the procedures established in the Brooks Act, Federal Acquisition Regulation (FAR) 15, FAR 36.6, and Veterans Affairs Acquisition Regulation (VAAR) 836.6. The selection process will be made using a two stage process. Stage I consists of the initial evaluation of the SF-330’s and determination of the highest rated firms. The highest rated firms will then be ‘short-listed’ and invited to continue with Stage II of the process. All firms not short-listed will be notified at this time. Stage II consists of Interview/Oral Presentations for the short-listed firms and selection of the top ranked firms to receive the solicitation for pricing and conduct negotiations. Stage I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330.Professional qualifications necessary for satisfactory performance of required services - All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330, Part 1. Additional staff available for work on this contract shall be indicated on the chart by providing how many staff will be working on the contract in the following key disciplines that are required to be licensed, registered, and/or certified:Two architectsTwo structural engineersTwo civil engineersTwo mechanical engineersTwo electrical engineersOne fire protection engineerOne geotechnical engineerOne certified industrial hygienistTwo project managersOne interior designerOne cost estimatorOne landscape architectSpecific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team - Provide the specific experience and qualifications of the personnel proposed for healthcare facility projects and their record of working together as a team.Specialized Experience of Team – Specialized experience and technical competence with healthcare related designs in a hospital setting, in the types of work identified below (in descending order of importance within this category): Rehabilitation of existing structures of various types, sizes, and complexities;Design of new structures of various types, sizes, and complexities;Design of projects at Department of Veterans Affairs (DVA) Healthcare Systems and other healthcare facilities (both private and public);Cost engineering using RS Means and other parametric estimating tools;Sustainable design utilizing Leadership in Energy and Environmental Design (LEED) rating tools;Construction phase services including shop drawing, submittals, and Request for Information reviews.Firm’s Capacity – Capacity to accomplish the work in the required time, including existing workload that may limit AE's capacity to perform project work expeditiously. Firms must address and demonstrate the capacity to execute several large Task Orders ($150,000 to $1,000,000 with a performance time of 90-180 calendar days) or multiple small Task Orders ($2,500 to $150,000 with a performance time of 30-90 calendar days) simultaneously. Past performance – Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System/Architect-Engineer Contract Administration Support System (CPARS/ACASS) for projects listed in Section F of the SF330 as well as any other projects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and other information available to the Government.Management Plan - Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.Geographic Location - Location in the general geographical area of the project. Must have a staffed and functioning working office within 200 miles of any of the VA Medical Centers listed in paragraph 2 of this announcement (as measured drawing a straight line on a map (ie. Google Maps) from the medical center address to the AE firm’s office address). The working office location intended to be used to perform design work via any resultant contract must be listed in the SF 330 application.Miscellaneous Experience - Address experiences from the projects listed in the SF 330 in regards to: (1) CADD and other computer applications; (2) value engineering; (3) life cycle cost analyses; (4) environmental; (5) historic preservation; (6) energy conservation; (7) Critical Path Management (CPM) and fast track construction. Also include any tangible evidence demonstrating superior performance, such as certificates, awards, peer recognitions, etc.Insurance and Litigation - Address the types and amounts of liability insurance carried. Identify all litigation against the firm because of improper or incomplete architectural and engineering services over the last five years and its outcomes. Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. Additional criteria will be provided to these firms, and they will be given approximately ten (10) days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firms will be selected, sent solicitations, and subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations only, and not the SF-330 qualifications from Stage I.AE firms are required to submit the SF-330 and supporting documentation electronically via e-mail. The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at ), and if submitting as a SDVOSB firm a printout of the current VETBIZ registration. The SF-330 shall not exceed a total of 50 pages in a common font size 12 font, single spaced (excluding cover page, table of contents, and past performance responses). Use graphic presentations where such use will contribute relevant data shall be provided in an image area of 7 X 9 inches. The background color of each page of the submission shall be white or ivory stock only. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11 inch sheet of paper containing information.Email your information electronically to scott. brennan2@. The emailed file size shall not exceed 9mb. Packages may be provided in a zip file. The subject line of the e-mail must read “Network 10 West AE IDIQ VA251-16-R-0085”. Also provide a copy of the SF-330 on a CD, to: Department of Veterans Affairs, Network 10 West Contracting Office, 5500 Armstrong Rd., Bldg. 9 - Room 105 (Mailcode 515/90VC), Attn: Scott D. Brennan, Battle Creek MI 49037. No paper copies will be accepted. Any technical questions must be received by email only no later than Apr 13, 2016.? Proposals must be received no later than 4:00 P.M. EDT on May 8, 2016, in order to be considered. NOTE: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO THE FBO ALERT SERVICE TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download