North Carolina Bids > Bid Detail

C223--A/E Campus Energy Management System Request for SF330s Project # 659-22-100

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159072756741375
Posted Date: Dec 21, 2023
Due Date: Jan 22, 2024
Source: https://sam.gov/opp/b30c608bb5...
Follow
C223--A/E Campus Energy Management System Request for SF330s Project # 659-22-100
Active
Contract Opportunity
Notice ID
36C24624R0027
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 20, 2023 10:24 am EST
  • Original Response Date: Jan 22, 2024 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C223 - ARCHITECT AND ENGINEERING- GENERAL: MECHANICAL SYSTEMS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    W.G. (Bill) Hefner Salisbury VA Medical Center Salisbury , NC 28144
    USA
Description
This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Jan 2023) (Deviation)
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY.
PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract.
GENERAL INFORMATION:
The Department of Veterans Affairs, Salisbury Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A-E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 659-22-100, Install Campus Energy Management located at 1601 Brenner Ave., Salisbury, North Carolina 28144.
The A-E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in the SBA certification database at https://veterans.certify.sba.gov/ at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-73.
Pursuant to 38 U.S.C. 8127(l)(2), all interested firms are required to submit the certification at VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (Deviation) with their qualification package. The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award.
The Salisbury VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project.
Point of Contact: Erica Manglona, Contract Specialist Email: erica.manglona@va.gov
PROJECT INFORMATION:
Project No. 659-22-100
Project Title: A/E Install Campus Energy Management
Salisbury VA Medical Center
1601 Brenner Ave., Salisbury, North Carolina 28144
The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before May 31, 2024.
The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $5,000,000 and $10,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD).
An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments.
Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Design shall also meet all applicable codes and standards. Proposed work is located at the Salisbury VA Medical Center; Bldgs. 2, 3, and 21.
STATEMENT OF TASK/SCOPE OF WORK:
The Architect/Engineer shall provide design services necessary to furnish: Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 659-22-100 Install Campus Energy Management System. The project includes Bldgs. 2, 3, and 21. This project will replace the existing Johnson and Andover controls with new energy management system; converting all pneumatic controls to Direct Digital Controls (DDC). Also, will expand existing control capacity to increase coverage and control of Heating, Ventilation, and air conditioning (HVAC) systems.
The project is to replace the existing Johnson and Andover controls with new energy management system, converting all pneumatic controls to DDC controls. This project will review the existing controls to update convert all pneumatic controls to DDC controls.
All design will be done according to VA specifications, Design guides, Infection Control guidelines and all applicable codes. The design will be structured to require minimum interruption of space function during construction. All work shall meet National Fire Protection Association (NFPA) / Life Safety Code and comply with all applicable building codes. The work will also comply with all Energy Standards as noted at the end of this document and attached summary PDF VISN6 Energy and Water Requirements for Projects . This will include all Architectural, Structural, Electrical and Mechanical engineering associated with this project.
Provide VA Form 10-6298 AE Fee Proposal for this solicitation.
Facility design must meet VA TIL requirements first and foremost, followed by requirements laid out in the most recent edition of the Facility Guidelines Institute (FGI) guidelines and NFPA.
Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. A thorough as built shall be conducted of the existing site conditions to complete a full detailed set of documents.
Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Salisbury Engineering/Facilities Management Service, Safety and Contracting Officer comments into the final design package.
Field verification of existing controls.
Evaluation and design modifications to the existing plumbing, Medical Gas main, and fire protection systems servicing the renovated controls to provide sufficient water supply and drain lines to all new plumbing fixtures and equipment in the area, as required to accommodate the new scope of work (sanitary drains from roof, modifications to floor drains, make up water or drain coolers as required, etc.). Provide new sprinkler heads in areas within the modifications to existing space layouts to accommodate new layouts where heads are at the end of their service life. Note that sprinkler heads will require modification to maintain accordance with NFPA, especially if new ductwork is over 4 feet wide inside the mechanical room, or if stacked air handling units are provided. Plumbing and fire protection engineer shall also be responsible for coordination of existing plumbing and fire protection items located above the ceiling with the new design ductwork routes, and for identifying those pipes, valves, and other appurtenances that require relocation both on drawings for the contractor and to the VA for advance coordination of outages. Valve and other maintenance access shall not be obstructed by new HVAC installation. If this condition is encountered, the plumbing and fire protection engineer shall provide design documentation for relocation of the associated items.
Evaluation and design modifications to the existing structure servicing the locations of new / relocated equipment associated with the scope of work for this project to allow for safe installation of new permanent and temporary HVAC equipment as required for completion of the scope of work.
Architectural evaluation and design modifications for all spaces associated with the work as required to accommodate changes necessary for the scope of work. Expected: new ceilings where ceilings must be removed to complete the scope of work, new lighting where ceilings must be removed to complete the scope of work, modifications to existing and new chases as required to accommodate the new scope of work, and modifications to existing door closers / door operators if evaluation during design requires a more automated door opener approach. Architectural coordination with all trades is required to create a seamless, high-quality project / built environment.
Also required by architect: provisions for detailed phasing drawings and ICRA planning for each phase. ICRA planning will also be required for spaces that are impacted above and below the levels of the Pharmacy renovation, if ceiling work below the associated floors is required such as for new plumbing / sanitary floor drains or access into the ceiling spaces below to accommodate any required structural modifications or new HVAC runs to the roof.
Design for all new interior finishes that are required to accommodate the scope of work (room modifications paint, patch, floor base; new ceilings; ceiling access panels; etc.), as well as the small architectural modifications laid out in this scope of work.
Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 244 calendar days from contract award.
Project must remain within the approved project scope, time frame, and within the Magnitude of Construction 5-10 Million or the project will be canceled and require re-submittal and competition process. Planning must include in the project a total of 20% of deductive bid alternate that will need to be identified and incorporated as part of the bidding documents.
Recommend bid alternatives as necessary to meet the budget limitations if the project becomes over budget. Note: the AE shall be fully responsible for providing a complete and functional design to the VA within noted budget limitations. Bid alternates will be required to the amount of 20% of the project budget, but bid alternates are not to be used to bring the overall scope within budget. The base bid shall be in budget and bid deduct alternates shall be supplied to the VA to reduce the budget by 20% from the base bid (max budget) price.
Construction will be addressed in phases to allow operations to continue during construction to the extent possible. Phasing will be incorporated as part of the schematic design options presented during the SD submission, due to the high probable cost of the phasing and its impact upon final system design option selections. Phasing must work within budget and allow the VA to continue operations at minimal interference.
Attend pre-bid job walk and provide all engineering responses to questions asked by potential bidders. Issue an addendum, if necessary.
Provide expeditious engineering responses to all design/conflict questions encountered during the construction term.
Provide construction period services to review all shop drawings and submittals prior to sending to the VA for final approval.
Provide construction period site visits to review progress of construction activities and milestones during construction.
Provide final Record Drawings (pdf and AutoCAD) which will be developed based on construction period site visits, RFI s, submittal responses, and As-Built drawings from the contractor within 30 calendar days after completion of construction.

All designs shall be accomplished in accordance with VA guidelines and specifications, which are available on the Internet at http://www.cfm.va.gov/TIL/.
SERVICES
Provide Professional Architect/Engineer (A/E) and healthcare planning services to include but not limited to:
Site investigation architectural, structural, electrical, plumbing, and mechanical including HVAC and control replacement, electrical, and site modifications. Prior request for notice to inspect must be coordinated and scheduled for times and dates.
Connections to existing utilities must be fully investigated to ensure that the existing utilities can support the load of the new connection during design.
Contract drawings and specifications for construction.
Cost Estimates that include attention to phasing and ICRA as well as all other items associated with design.
Construction period services - review of submissions, provide recommendations and estimates regarding contractor change proposals, # visit site per VA's request and add to drawings as-built conditions from contractor's record drawings; A/E will respond within a twenty-four (24) hour period when requested.
Provide File Transfer system for use throughout duration of project. Site must be in place within 30 days of contract award. Site must remain open until final construction contract is complete. This site is intended for AE, VA, and contractor use. Site must be compatible to transfer large files of types AutoCAD 2013/2019, all Microsoft Office 2013/2019 programs (Word, Excel, Project), and pdf files. Site must meet VA OIT rules when transferring the files which will provide encryption during the transfer.
Note: Due to requirements of certain construction submittals (i.e. finishes, profiles, shop drawings, etc.), these must be delivered to COR. Any hand delivered submittals must also have a backup copy of the cover sheet on A/E FT Site. A/E FT site must be secure (password protected), user friendly for uploading and downloading of files, and organized for easy file retrieval by the VA COR, Contracting Officer (CO), and contractors. Site must be organized with folders indicating each level of submission as outlined in this scope of work and corresponding required files. Must also submit hard copies to the VA for Design Review Drawings, Specifications, and Construction Documents.
Comply with VHA Safety & Fire Protection Program to have drawings and specification submittals reviewed by VA at 65% and 95% submissions. Review based on VA standards, codes and regulations. Provide responses back to the VA fire review comments to verify that the comments have been reflected in the project drawings. Bid documents will be re-reviewed to ensure compliance with VA fire review comments. Items that have not been picked up with require changes to the Bid Documents until all review items have been addressed.
Comply with VA Green Energy Management System (GEMS) program as per specifications.
Comply with VA Design Guides, FGI Guidelines, International Organization for Standardization (ISO) codes, and applicable codes as outlined in the VA Design Guides (most recent versions of all of the codes)
Infection Control Risk Assessment: The AE shall work with the VA Infection Prevention and Control (IPC) staff to determine required infection risk assessment levels and shall incorporate VA IPC recommendations into project ICRA drawings.
Project scheduling and phasing. Phasing drawings shall also have provisions for safety and fire protection measures to be taken during construction. These measures are to be fully developed through coordination with VA Safety Department.
Include in design documents to update the Fire Alarm Workstation to reflect the as-built location of all fire alarm devices as well as to reflect the as-built project floor plans. This update shall include all updates to points, lists, tables, and graphics. All fire alarm devices shall be operable from the updated graphic screens as well as from the device list in a manner similar to all existing devices. COR to provide location at design.
Additionally, include in design documents to update the VA campus DDC system to reflect the as-built location of all HVAC and domestic water control devices associated with the project as well as to reflect the as-built project floor plans. This update shall include all updates to points, lists, tables, and graphics and shall include the removal of items demolished under the construction project.

ESTIMATED START AND COMPLETION DATES:
The Government has determined that based on the scope of the project, the location of the work to be performed, and phasing requirements, a performance period of one-thousand one hundred fifty-four (1154) calendar days after receipt of the Notice to Proceed (NTP) is sufficient.
Design completion: Two Hundred Forty-Four (244) calendar days; includes VA design reviews
Procurement timeframe: One Hundred Eighty (180) days from the time Engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process
Construction period services: Seven Hundred Thirty (730) calendar days from construction award date
Total contract period: One-thousand one hundred fifty-four (1154) calendar days
Design Schedule
Initial PDT Meeting (Date of NTP) 0 days
Design Development Documents (35%) 72 days
(PDT Meeting) 100 days
Design Development Documents (65%) 160 days
(PDT Meeting) 188 days
Design Development Documents (95%) 202 days
(PDT Meeting) 204 days
Final Construction Bid Documents 230 days
(PDT Meeting) 244 days
(3 Sets of Drawings and Specifications)
Note: The issue of the Notice to Proceed (NTP) may be combined with the first Project Design Team (PDT) Meeting. A/E will be required to attend and take minutes of each PDT meeting. Minutes will be submitted electronically via e-mail to the COR and Contracting Officer within three calendar days of each meeting.
All new construction shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) Standard 90.1-2010, if life cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2010 to document the energy savings.
Should the 30% reduction in energy consumption prove not to be life cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life cycle cost effective.
The following parameters shall be used for performing the analysis:
20-year life-cycle period for system comparisons
Use Public domain programs
7% Discount Factor
Neither include taxes, nor insurance while computing cost.
Major & Minor Renovations and Major Equipment Replacements:
For Major Renovations: Shall include any renovation where an entire area is gutted and rebuilt. Any replacement of central HVAC equipment or changes in air distribution shall be considered a Major Renovation.
Reduce the energy cost budget by 20% below pre-renovations 2003 baseline. A/E shall estimate 2003 baseline energy consumption before the renovation and compare it to the proposed design after the renovation and document the 20% savings. The primary unit for energy budget reporting is the British Thermal Unit (BTU) per square foot of the area to be renovated. A/E shall develop the energy budget as required in ASHRAE 90.1-2010, Appendix G, using the same parameters outlined above for new construction.
Any part of the renovation which impacts energy consumption shall be designed with the mandate to reduce energy consumption. For example, if exterior walls are part of the project, then their R-Value shall be increased. If lighting fixtures are to be replaced, then they shall be replaced with the most energy efficient fixture that is cost effective (20-year life).
EXPECTATION: A/E will make site visits as necessary to survey existing conditions.
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. The AE is expected to perform their own site survey to field verify accuracy of existing drawings and to locate any additional utilities / obstructions in a given area to provide quality new project drawings. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov/TIL/. Electronic AutoCAD background drawings will be provided by the VA upon request. A/E shall field verify every aspect that relates to the project. The A/E shall field verify all dimensions and utility connections. AE shall take precautions during field surveys to comply with all ICRA requirements. Coordinate site visits with the COR as determined after award. Drawings produced by the AE shall account for obstructions in the path of new utilities, relocation of existing utilities as required to accommodate new work, relocation of existing utilities if the architecture team deems it necessary to relocate an existing chase or shaft, and architectural accommodates as required for new / existing utilities (i.e. access panels for new and existing utilities shall be covered under specification noted as needed . If utility work is required above a hard / drywall ceiling, architectural drawings shall reflect the need to remove and replace the existing ceiling unless the ceiling in question is a walkable plaster ceiling and include requirements for associated ICRA.). All utility tie in points shall be well researched and clearly shown. Utility tie in points showing a general direction and indicated as tie into existing ________ system in room _______ will not be allowed.
The A/E shall arrange for and oversee the performance of topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he/she determines are required for the proper design of the project.
DESIGN REQUIREMENT/ SUBMISSIONS

EXPECTATIONS: Submit complete review package in accordance with the following requirements and guidelines outlined in
https://www.cfm.va.gov/til/aeDesSubReq.asp Volume C Document

Please pay specific attention to the schematic, design and construction submission requirements.

Deliver all design packages electronically and hardcopies to the Project Manager on the established dates to allow the VA Project Development Teams to meet as scheduled. A transmittal letter is required to go to the Contracting Officer on the same day as delivery.

Include all information as follows and as outlined in the attachments for each submission. Information required for each submittal is outlined in Program Guide PG-18-15 Volume C. The manual is at the following address: https://www.cfm.va.gov/til/aeDesSubReq.asp

Design Development 35%: See Attachment - A, 35% Submission Requirements
Requirements for the 35% Design Development Documents Submission.
Provide spreadsheet of VA project requirements and their completion status.
Define the design elements based on the selected option and submit all information required by the Physical Security Design Manual.
Identify Working Drawings scope within the construction budget.
Identify all design calculations.
Develop plans and marked up specifications to meet all applicable federal and state codes/requirements.
Identify all design calculations.
Identify all existing utilities and utilities requirements.
Identify all potential bid deducts alternatives.
Identify phasing requirements for construction and their implications to the VA. Construction of project to be performed in a manner that makes phasing to be a minimal impact to the VA.
Provide a cost estimate of proposed construction.
Provide an Activation List determined during design.

Design Development 65%: See Attachment - B, 65% Submission Requirements
Requirements for the 65% Design Development Documents Submission.
Address all comments from the Schematic 35% Submission review.
Provide spreadsheet of VA review comments and their completion status.
Provide spreadsheet response to VA Fire review comments and their completion status.
Define the design elements based on the selected option and submit all information required by the PG-18-15 (Design Development).
Identify Working Drawings scope within the construction budget.
Identify all design calculations.
Develop plans and marked up specifications to meet all applicable federal and state codes/requirements.
Identify all design calculations.
Identify all existing utilities and utilities requirements.
Identify all potential bid deducts/alternatives.
Identify phasing requirements for construction and their implications to the VA. Construction of project to be performed in a manner that makes phasing to be a minimal impact to the VA.
Provide a cost estimate of proposed construction.
Provide an Activation List determined during design.

Construction Documents 95%: See Attachment - C, 95% Submission Requirements
Requirements for the 95% Design Development Documents Submission.
Address all comments from the 65% review.
Provide spreadsheet of VA review comments and their completion status.
Provide spreadsheet response to VA Fire review comments and their completion status.
Provide Design finishes, required submittals.
Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process.
Revise and update cost estimate.
Preparation of project scope for negotiated advertisement and account for any bid deduct alternatives developed in the 65% design submission.
Finalize all design calculations.
Finalize all potential bid deduct alternatives.
Finalize all phasing requirements for construction.
Address all comments from the VISN Safety & Fire Protection Review
Finalize an Activation List determined during design

Final Construction Documents Submission (CD): See Attachment D
Provide spreadsheet of VA review comments and their completion status.
Provide spreadsheet response to VA Fire review comments and their completion status.
Submit a complete document of all contract requirements for approval signatures.
Continue to update and submit until approved.

As-Built Drawings: See Attachment E
Submit a complete document of all as-built drawings for VA review and approval. Continue to update and submit until approved.
Update the record drawings for both campuses, associated floors to include all renovations for this project. Final submitted record drawings should be incorporated into most current floor plan submitted by VA at close of documents.
Construction Period Services
Expectations: Respond to submittals requests within fifteen (15) workdays.

Provide Services:
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 first-hand knowledge.
The AE shall call into bi-weekly construction meetings with the VA.
Review all submissions and provide recommendations to the VA within fifteen (15) workdays.
Review and provide replies to contractor generated RFIs when required by the project manager within fifteen (15) workdays.
Review and provide recommendations to contractor generated RFPs and cost estimates within fifteen (15) workdays.
Make ten (10) site visits at a minimum 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 will be at no cost to the VA.
Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion. The punch list shall reference the contract documents for specific deficiencies (i.e., specification section, drawing detail, etc.)
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 2013 file type and provide a set of updated as-builts and specifications on CD and on A/E FT site within 30 days to the COR. These should be posted on A/E FT site for VA retrieval.
Construction period services timeline to be in accordance design schedule.

Standards/Codes/Requirements/Regulations

Meet all applicable and current federal and state codes/requirements, i.e.:

OSHA Occupational Safety and Health Administration
EPA Environmental Protection Agency
NFPA 101 Life Safety Code
TJC The Joint Commission
AHERA Asbestos Hazard Emergency Response Act
NESHAPS National Emission Standards for Hazardous Air Pollutants
NFPA Applicable codes published by the National Fire Protection Association
ASTM ASTM International (formerly the American Society for Testing and Materials
UFAS Uniform Federal Accessibility Standards

Design using the following VA publications http://www.cfm.va.gov/TIL

PG-18-1

Master Construction Specifications
PG-18-3

Design and Construction Procedures
PG-18-4

Standard Details and CAD Standards
PG-18-5

Equipment Guide List
H-18-8

Seismic Design Handbook
PG-18-9

Space Planning Criteria
PG-18-10

Design Manuals (by discipline)
PG-18-12

Design Guides (graphical, by function)
PG-18-13

Barrier Free Design Guides
PG-18-14

Room Finishes, Door, and Hardware Schedules
PG-18-15

Minimum Requirements for A/E Submissions
PG-18-17

Environmental Compliance Manual
H-7545

VA Cultural Resource Management
VA Handbook 0730/1 Security and Law Enforcement
References for Mental Health Environmental Care Version 04-18-2011
VHA DIRECTIVE 2011-036

Design using the following VA publications are available on the internet address
http://www.cfm.va.gov/TIL

A-E SELECTION PROCESS:
The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with FAR 36.602-3(c). The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions.
Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract.
SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance:
(1) Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction.
Do the qualifications indicate that the project team has recent direct experience on Hospital projects designing similar improvements to those proposed at Salisbury VAMC? Is the architect/engineer providing a team where each member has more than 5 years of experience? What will be the role of interns if used during design?
Firm shall provide a table of a minimum of 5 comparable projects comparing their IGE with the bid/award amount during construction.
(2) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting.
Does the proposed architect/engineer have past performance with ratings satisfactory and above while working on hospital projects?
Does the architect/engineer have a reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
(3) Capacity to accomplish the work in the required time for both the prime and subconsultants.
This factor evaluates the ability of the firm, given their current projected workload (percentage) and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated.
List current projects with a design fee of greater than $500,000 being designed in the firms office.
Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period;
Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates
Volume of VA contract awards in the last 12 months.
(4) Construction Period Services experience
Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services.
(5) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
(6) The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors.
The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and "NM" means that the firm did not meet the synopsized selection criterion.:
Selection Criteria
Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction.
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting.
Capacity to accomplish the work in the required time for both the prime and subconsultants
Construction Period Services experience
Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors.
PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL six (6) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The A-E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.
LIMITATIONS:
852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses.
852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction.
SUBMISSION CRITERIA/REQUIREMENTS:
Interested firms having the capabilities to perform this work must submit:
ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to erica.manglona@va.gov no later than 5:00 p.m. EST on January 22, 2024.
Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer.
Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24624R0027 Install Campus Energy Management System, Project #659-22-100 (1 of n, 2 of n, etc.).
All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay).
Interested firms are responsible for ensuring delivery of submission.
ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT:
1) Cage Code
2) Unique Entity Identifier (UEI) Number
3) Tax ID Number
4) The E-mail address and Phone number of the Primary Point of Contact
5) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, large, etc.).
6) A copy of the completed VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. (NOTE: The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award.)

The firm and or A-E on staff representing the project must follow State of North Carolina guidelines under State law for all licensing requirements to sign and seal drawings.
Each respondent must be able to demonstrate the ability to comply with the Limitations on Subcontracting, in accordance with FAR Clause 52.219-14 and VAAR Clauses 852.219-73 and 852.219-75.
Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package.
It is the offeror s responsibility to check the Contract Opportunities website at: www.SAM.gov for any revisions to this announcement prior to submission of SF330s.
VENDOR QUESTIONS:
All questions shall be submitted to erica.manglona@va.gov no later than 5:00 p.m. EST on January 8, 2024.
CLAUSES:
52.219-14Â Limitations on Subcontracting.
As prescribed in 19.507(e), insert the following clause:
Limitations on Subcontracting (Oct 2022)
(a)Â This clause does not apply to the unrestricted portion of a partial set-aside.
(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that
(1)Â Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and
(2)Â Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract.
(c) Applicability. This clause applies only to
(1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15;
(4) Orders expected to exceed the simplified acquisition threshold and that are
(i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or
(ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii);
(5)Â Orders, regardless of dollar value, that are
(i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or
(ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and
(6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference.
(d) Independent contractors. An independent contractor shall be considered a subcontractor.
(e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for
(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract;
(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or
(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
(f) The Contractor shall comply with the limitations on subcontracting as follows:
(1)Â For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause
[Contracting Officer check as appropriate.]Â
 By the end of the base term of the contract and then by the end of each subsequent option period; or
 By the end of the performance period for each order issued under the contract.
(2)Â For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order.
(g)Â A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants.
(1) In a joint venture comprised of a small business protégé and its mentor approved by the Small Business Administration, the small business protégé shall perform at least 40 percent of the work
performed by the joint venture. Work performed by the small business protégé in the joint venture must be more than administrative functions.
(2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions.
(End of clause)
852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses.
As prescribed in 819.7011, insert the following clause:
VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION)
(a)Â Definition. For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB :
(1) Means a small business concern
(i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.101, Surviving Spouse definition);
(ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document;
(iv) The business has been certified for ownership and control pursuant to 38 U.S.C. 8127, 13 CFR 128, and is listed as certified in the SBA certification database at https://veterans.certify.sba.gov/; and
(v) The business agrees to comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size, government contracting, and the Veteran Small Business Certification Program at 13 CFR parts 121, 125, and 128.
(2) The term Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632).
(4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)).
(5) The term "SDVOSB participant or certified SDVOSB means a small business that has been certified in the SBA Veteran Small Business Certification Program and listed in the SBA certification database (see 13 CFR 128.102).
(b) General. In order for a concern to submit an offer and be eligible for the award of an SDVOSB set-aside or sole source contract, the concern must qualify as a small business concern under the size standard corresponding to the NAICS code assigned to the contract and be listed as an SDVOSB participant in the SBA certification database as set forth in 13 CFR 128.
(1) Offers received from entities that are not certified SDVOSBs and listed in the SBA certification database at the time of offer shall not be considered.
(2) Any award resulting from this solicitation shall be made to a certified SDVOSB listed in the SBA certification database who is eligible at the time of submission of offer(s) and at the time of award.
(3) The requirements in this clause apply to any contract, order or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences.
(c) Representation. Pursuant to 38 U.S.C. 8127(e), only certified SDVOSBs listed in the SBA certification database are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible and certified SDVOSB as defined in this clause, 13 CFR 121, 125, and 128, and VAAR subpart 819.70.
(d) Agreement/LOS certification. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size, and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting (LOS) requirements in 13 CFR 121.406(b) and 13 CFR 125.6. For the purpose of limitations on subcontracting, only certified SDVOSBs listed in the SBA certification database (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required (LOS) certification requirements in this solicitation (see 852.219-75 or 852.219-76 as applicable). These requirements are summarized as follows:
(1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.
(2) Supplies/products. (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract.
(ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13Â CFRÂ 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements.
(3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract
performance, excluding the cost of materials, to firms that are not certified SDVOSBs listed in the SBA certification database.
(4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not certified SDVOSBs listed in the SBA certification database.
(5) Subcontracting. An SDVOSB subcontractor must meet the NAICS size standard assigned by the prime contractor and be certified and listed in the SBA certification database to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6.
(e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows:
[Contracting Officer check as appropriate.]
____ By the end of the base term of the contract or order, and then by the end of each subsequent option period; or
____ By the end of the performance period for each order issued under the contract.
(f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture complies with the requirements in 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants.
(g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Veteran Small Business Certification Program, and the VA Veterans First Contracting Program.
(h) Misrepresentation. Pursuant to 38 USC 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2 Causes for Debarment).
(End of clause)
852.219-75Â VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction.
As prescribed in 819.7011(b), insert the following clause:
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(iii) [ ] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating 18 U.S.C. 1001.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:Â ________________________________________
Printed Title of Signee:Â _________________________________________
Signature:Â ___________________________________________________
Date:Â _____________________
Company Name and Address:Â ______________________________________
________________________________________________________________
(End of clause)
Attachments/Links
Contact Information
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 20, 2023 10:24 am ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >