North Carolina Bids > Bid Detail

C1NZ--Extend Chilled Water Hospice/Audiology

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159187962637109
Posted Date: Jan 22, 2024
Due Date: Feb 18, 2024
Source: https://sam.gov/opp/5516a8d0b9...
Follow
C1NZ--Extend Chilled Water Hospice/Audiology
Active
Contract Opportunity
Notice ID
36C24624R0032
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: Jan 22, 2024 03:47 pm EST
  • Original Response Date: Feb 18, 2024 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1NZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER UTILITIES
  • 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 # 659-24-203, Extend Chilled Water to Hospice and Audiology located at 1601 Brenner Avenue, 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: Sean Cosby, Contracting Officer Email: sean.cosby@va.gov

PROJECT INFORMATION:
Project No. 659-24-203
Project Title: A-E: Extend Chilled Water to Hospice and Audiology
Salisbury VA Medical Center
1601 Brenner Avenue
Salisbury, North Carolina 28144
The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $22.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before June 15, 2024.
The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $1,000,000 and $2,000,000. 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.
STATEMENT OF TASK/SCOPE OF WORK:

The Architect/Engineer (A/E) 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 659-24-203 Extend Chilled Water to Hospice and Audiology. This project will occur at W.G. Bill Hefner Veterans Affairs Medical Center 1601 Brenner Avenue, Salisbury NC 28144 and extend the chilled water loop to the Hospice in Building 43 and Audiology service in Building 42 on campus at the address mentioned. This project will provide back-up capabilities for existing stand-alone chillers which is particularly important for hospice.

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 applicable building codes. 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 requirements first and foremost, followed by requirements laid out in the most recent editions.
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 electrical distribution system servicing the controls to provide sufficient power to all new controls in 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.
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.
The estimated Period of Performance for this project with be 244 calendar days for design, 180 days for Procurement from the time Engineering submits package to contracting, and 365 days for construction (the construction period time is subject to change based on the time calculated by the AE in design) from construction award date for a total contract period: 789 calendar days.
Project must remain within the approved project scope, time frame, and construction budget of $1,250,000 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 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 and 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 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 (FT) 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 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 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.

Site Investigation

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 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 (ie 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). 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 Review Schedule
EXPECTATION: Submit review package so they are received on the noted day.
SUBMISSIONS:
Submit review packages so they are received on the noted day (work days after NTP) or earlier:
Initial PDT Meeting 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) 216 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 ASHRAE Standard 90.1-2010, if life-cycle cost effective.

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
7% Discount Factor
Neither include taxes, nor insurance while computing cost.

Design Requirements / 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 deduct 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 deduct 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 CBD/ 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 in 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 or upon request.
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 FTP site within 30 days to the COR. These should be posted on A/E FTP site for VA retrieval.
Attachment A

Design Development 35% Submission Requirements

Deliver the following (labeled with 35% submission) and include this attachment as a checklist with your submission: (In addition, all submissions to be uploaded to the AE FTP site on the same day.)
1 sets of all drawings updating all previous comments required by project produced on Auto CAD 2013/2019. Provide 1 full size set of working drawings. Show equipment to be used in each room/area. All drawings shall be 1/8 scale.

1 copies of updated itemized cost estimate by spec section or trade (labor, material, and equipment) and also by VA criteria

1 copies of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review.

1 copy of drawings in AutoCAD 2019 and in PDF and specifications in Microsoft Word 2010 on AE FTP Site
Provide 1 CDs of entire submittal package with delivery of hard copy design layouts and documents.



Attachment B

Design Development 65% Submission Requirements

Deliver the following (labeled with 65% submission) and include this attachment as a checklist with your submission: (In addition, all submissions to be uploaded to the AE FTP site on the same day.)
2 copies of a narrative report forwarding the design developed 35% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager and any design calculations or analysis.

3 sets of all drawings updating all previous comments required by project produced on Auto CAD 2013/2019. Provide 2 full size sets and 1 half size set of working drawings. Show equipment to be used in each room/area. All drawings shall be 1/8 scale.

2 copies of updated itemized cost estimate by spec section or trade (labor, material and equipment) and also by VA criteria

2 copies of custom edited VA Master Specifications of sections to be used for this project and a master
submittal list identifying all the submittals required to be submitted by the contractor for review.

1 copy of drawings in AutoCAD 2013/2019 and in PDF and specifications in Microsoft Word 2010 on AE FTP Site

Provide 2 CDs of entire submittal package with delivery of hard copy design layouts and documents.





Attachment C

Design Development 95% Submission Requirements

Deliver the following (labeled with 95% submission) and include this attachment as a checklist with your submission:

2 copies of a narrative report forwarding the design develop 65% submission addressing items listed in the design requirements and any additional A/E recommendations. The report should include identifying potential bid deduct alternatives, recommended construction phasing based upon discussions with the program manager and any design calculations or analysis.

3 sets of all drawings updating all previous comments required by project produced on Auto CAD 2013/2019 software. Provide 2 full size sets and 1 half size set of working drawings.

2 copies of updated itemized cost estimate by spec section or trade (labor, material and equipment) and also by VA criteria

2 copies of custom edited VA Master Specifications of sections to be used for this project and a master submittal list identifying all the submittals required to be submitted by the contractor for review.

1 copy of each color board showing the finalized interior design scheme (fabrics, finishes, furniture layout and plans) for each area, include an inventory of materials/manufacturers recommended for use for approval and prepared for order by the VA Interior Designer, if modifications of finished spaces are required for the completion of this project (depending upon chosen phasing scheme).

1 copy of drawings in AutoCAD 2013/2019 and PDF format, and specifications in Microsoft Word 2010/2019 on (CD)

1 copy of drawings in AutoCAD 2013/2019 and in PDF and specifications in Microsoft Word 2010 on AE FTP Site. All CAD drawings are to be bound files with the engineering / architect stamps removed.

Provide 2 CDs of entire submittal package with delivery of hard copy design layouts and documents.



Attachment D

Contract Document Submission Requirements

Expectation: Submit complete bid document for final review prior to solicitation. Continue to submit until all changes are incorporated by the A/E for final signature prior to solicitation. Upon approval duplicate copies as required.

Deliver the following (labeled with Contract Documents Submission) and include this attachment as a checklist with your submission:

1 sets of all drawings updating all previous comments required by project, produced on Auto CAD 2013/2019 software for final VA review. If approved final sets to be submitted with signed off cover sheet.

1 copy of the Cover Sheet (AutoCAD) for final VA signatures. VA will return the signed Cover Sheet (CS) to AE. AE will scan CS post to AE FTP Site

Upon signature approval, provide and deliver to COR (2) full size sets of final Contract Documents (complete with VA signed Cover Sheet). Provide and deliver to COR (3) ½ size sets of final drawings.

2 copies of final project specification (one bound; one loose) prepared in Microsoft Word 2010 software. Include a master submittal list in the specifications.

Provide 2 CDs of entire submittal package with delivery of hard copy design layouts and documents

Posted to AE FTP
All drawings in AutoCAD 2013/2019 and in PDF file. All CAD drawings are to be bound files with the engineering / architect stamps removed.

All specifications in Microsoft Word

Submittal Spreadsheet via Excel spreadsheet identifying all the submittals required to be submitted by the Contractor for review. The list shall be organized by division and specification.

Final copy of itemized cost estimate by spec section or trade (labor, material and equipment) and also by VA criteria


Attachment E

As-Builts Requirements

1 set complete set in Auto Cad 2013/2019, uploaded to A/E s FTP site. Set to include all final marks from contractor site set and Architect. All CAD drawings are to be bound files with the engineering / architect stamps removed.

2 copies of complete set (1 full size, 1 half size) prepared in Auto Cad2013/2019.



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
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 Salisbury VA Medical Center; Building 42.

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 Hampton 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) Specialized experience and technical competence in the type of work required, specifically historical buildings, prosthetics and renovation project requirements.
Does the architect/engineer provide evidence of understanding of the project; and any unique architectural/engineering aspects associated with the proposed project and how to address them?
(3) 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.
(4) 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 of similar complexity 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.
(5) 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.
(6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
(7) 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.
Specialized experience and technical competence in the type of work required; specifically historical buildings, prosthetics and renovation project requirements.
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.
4. 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 seven (7) 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 sean.cosby@va.gov no later than 3:00 p.m. Eastern Daylight Time on February 6, 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, #36C24624R0032 Extend Chilled Water to Hospice and Audiology, Project #659-24-203 (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) Dun & Bradstreet 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 6ertificate 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.)
7) References noted in Selection Criteria 4
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 sean.cosby@va.gov no later than 3:00 p.m. Eastern Daylight Time on January 26, 2024.
Attachments/Links
Contact Information
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 22, 2024 03:47 pm 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 >