Idaho Bids > Bid Detail

C1DA--Renovate/Expand B.88 for Primary Care Minor Design - Boise, ID 531-324

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159349923420882
Posted Date: Jan 5, 2023
Due Date: Feb 6, 2023
Solicitation No: 36C77623R0014
Source: https://sam.gov/opp/2c52a5e77d...
C1DA--Renovate/Expand B.88 for Primary Care Minor Design - Boise, ID 531-324
Active
Contract Opportunity
Notice ID
36C77623R0014
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 05, 2023 10:42 am EST
  • Original Response Date: Feb 06, 2023 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Boise VA Medical Center Boise , ID 83702
    USA
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT WILL NOT PAY FOR, 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.
1. GENERAL INFORMATION
The Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm fixed price design contract for Architect-Engineering (A-E) services for Project #531-324 Renovate/Expand B.88 for Primary Care design at the VA Medical Center in Boise, Idaho. The A-E shall provide design and construction period services to include investigative services, planning consultations and visits, comprehensive design work, preparation of contract drawings and specifications, preparation of cost estimates, construction period services, site visits, reports, commissioning, as-built drawings, and other design services necessary for a complete project.
The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. In accordance with FAR 36.209, Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.
2. PROJECT INFORMATION
This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541310 Architectural Services and the annual small business size standard is $11M. Please note, the VA has thoroughly reviewed this NAICS code and had determined that it is the correct NAICS for the work being performed. A full design team is required to complete this project. The projected award date for the anticipated A-E contract is on or before mid-May 2023.
The anticipated period of performance for completion of design is 266 calendar days after notice of award. The VAAR Magnitude of Construction for this project is between $5,000,000 and $10,000,000.
3. SCOPE OF DESIGN
This procurement is to obtain all professional A-E services for the Renovate/Expand B.88 for Primary Care at the Boise VA Medical Center (BVAMC). The intent of the project is to create Patient Aligned Care Team (PACT) primary care space for two fully functional outpatient clinics. The existing space was originally constructed as community living space with two-bed patient bedrooms with shared partial bathrooms in between. All existing patient and support spaces will need to be completely remodeled to comply with PACT requirements.
This project has two primary purposes. In priority order, those purposes are first, to construct additions of not more than 2,200 square feet to Building 88 and second, to renovate the east and south wings of existing Building 88 and their shared intersecting area which previously served as a nurse station. The functions that will occupy the addition and renovated spaces within Building 88 include two separate Primary Care Clinics of approximately 7,250 SF and 6,850 SF. Additional common and support spaces shall be designed into the building to support the new clinical spaces; these additional spaces may include, but are not limited to, Environmental Management, Facilities Management, and Logistics.
The A-E shall be professionally licensed in any state in the United States. The A-E is responsible for all services to complete the deliverables listed in the SOW. The deliverables outlined in the SOW are inclusive of the following: Schematics (35%), Design Development (65%), Design Development (95%), and Construction Documents (100%).
Please note that the 266-calendar-day period of performance for the design completion begins with the issuance of the Notice of Award (NOA) and that a Notice to Proceed (NTP) will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project.
4. A-E SELECTION PROCESS
Firms submitting SF 330s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will include the evaluation of qualifications (SF 330s), discussions (written responses), and fee proposal negotiations with the highest rated firm. Pricing will not be included in the evaluation factors for either the SF 330s or the written responses.
The evaluation of qualifications consists of the review of the provided SF 330s and determination of the highest rated firms. A minimum of three of the highest rated firms will then be shortlisted and invited to continue with written responses. All firms not shortlisted will be notified at this time and provided a debriefing if requested.
The discussions consist of the evaluation of the written responses provided by the shortlisted firms and selection of the top ranked firm. The prior evaluation of the SF 330s shall not be taken into consideration during the evaluation of the written responses. The firms selected for the written responses will be notified by email of selection and provided further instructions, including all submission requirements and a reiteration of the factors. After the written responses are received, the firms will be evaluated, and the highest rated firm will be selected to receive the solicitation and conduct negotiations.
The solicitation will be issued to the highest rated firm as a Request for Fee Proposal (RFP). A site visit will be authorized during the negotiation process. Award selection will be made based on the results of the written responses and successful negotiation of rates and fees for the project. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made.
5. QUALIFICATIONS (SF 330) SELECTION CRITERIA
The following factors are listed in descending order of importance:
Primary Selection Criteria:
Professional Qualifications: Professional qualifications necessary for satisfactory performance of required services. The evaluation shall consider the education, training, registration, certifications, overall and relevant experience, and longevity with the firm of the key personnel proposed for assignment to the project. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The lead designer in each discipline must be licensed to practice in any state in the United States of America. Provide a resume in section E for each of the team members proposed for the key positions and disciplines listed below and include professional license numbers and/or proof of licensure. Proposed roles of key personnel must be clearly identified in block 13 of resumes and in the organizational chart in section D. Resumes are limited to one page each and should cite project-specific experience. Relevant experience includes projects with the VA and/or accredited hospitals related to adding space to existing buildings, renovations within hospital facilities, designing to VA s PACT model for outpatient services, or other projects similar in scope to this project.
Key positions and disciplines required for this project include, but are not limited to: Project Manager, Architect, Electrical Engineer, Cost Estimator, Civil Engineer, Fire Protection Engineer, Mechanical Engineer, Quality Assurance Specialist, Structural Engineer, Interior Designer, Commissioning Agent, and Physical Security Specialist.
Offeror must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority], of [company name] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10.
The information provided in sections C through E of the SF 330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections.
Specialized Experience: Specialized experience and technical competence of the prime firm and any subcontractors in the design and construction period services provided for projects similar in size, scope, and complexity. Provide no more than five projects awarded within the past eight years, with at least 95% of the design completed, that best illustrate specialized experience related to this project scope, such as additions to existing structures, renovations within hospital facilities, outpatient medical clinics, and other related projects. At a minimum, include the following for each submitted project (if applicable): design start and end dates, construction start and end dates, estimated cost of construction based on design, final construction cost (or projected final construction cost if still underway), and specialized scope items that may include critical path scheduling, fire protection, construction infection control protocols, energy conservation, sustainable design practices, work in active hospitals, phasing, and specialized building types requiring physical security measures.
The evaluation of the submitted projects will consider the relevant work performed; management approach; coordination of disciplines and subcontractors; prior experience of the prime firm and any key subcontractors working together on relevant projects; quality control procedures; and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract. Any projects submitted that exceed the limit will not be considered during the evaluation.
The information provided in sections F and G of the SF 330 will be used to evaluate this factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections.
Capacity: Capacity to accomplish work in the required time. The evaluation will consider the team s overall ability to meet the schedule of the project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the team s available capacity by clearly presenting workload percentages for each of the key personnel identified in sections D and E, and by listing all active projects for the prime firm and subcontractors, including the full potential value of any current indefinite delivery contracts. At a minimum, include the following for each project: project name, location, award date, completion percentage, and expected completion date.
The information for this factor shall be provided in section H of the SF 330. Please ensure the capacity applies toward the proposed team/personnel provided in the SF 330.
Past Performance: Past performance on contracts with Government agencies and/or private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F, to include a review of Contractor Performance Assessment Reporting System (CPARS) ratings. Provide performance reports for all projects submitted in section F and include the following information for each project: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related information from the firm, customer inquiries, Government databases, publicly available sources, additional projects in CPARS, and other information available to the Government.
Evaluations will consider superior performance ratings on recently completed VA projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. As appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services will be considered. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. A Neutral rating will be selected if the past performance information for the projects submitted in section F is missing or insufficient for a determination on past performance to be made. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract.
The information for this factor shall be provided in section H of the SF 330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *PPQs should not be submitted by the evaluator to VHA PCAC directly. Completed PPQs must be incorporated into the SF 330 submission. PPQs will be counted towards the page limitation for this submission.
Locality: Knowledge of the locality. Demonstrate and describe experience in the local area and the specific knowledge of certain local conditions or project site features the experience provided. This description may include (if applicable):
Any prime firm or subcontractor experience within the VISN or at the VAMC
State or local construction codes, laws, or regulations
If prior experience in or specific knowledge of the local area is minimal, describe how the team plans to obtain any specific knowledge of certain local conditions or project site features required for this project.
The information for this factor shall be provided in section H of the SF 330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location shall be provided in section H, under Secondary Selection Criteria - Geographic Location.
Construction Period Services: Describe your team s approach to providing construction period services that may include: professional field inspections during the construction period; review of construction submittals; support in answering requests for information (RFIs) during the construction period; support of construction contract changes, including drafting statements of work and cost estimates; attendance at weekly conference calls; providing minutes of meetings between the A-E, VA, and contractors; commissioning; pre-final inspection site visits; generation of punch-list reports; and production of as-built documentation. List project examples to demonstrate the prime firm s experience with construction period services.
The information for this factor shall be provided in section H of the SF 330.
Secondary Selection Criteria:
Geographic Location: Location of the firm, as measured by the driving distance (miles) between the offeror s principal business location and the project site. Determination of the mileage will be based on Google Maps (www.google.com/maps/dir/).
*The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of the SF 330 evaluations. The secondary selection criterion will not be applied when determining a firm s SF 330 submission Excellent, Good, Acceptable, Marginal, or Unacceptable.
The information for this factor shall be provided in section H of the SF 330.
6. DISCUSSIONS (WRITTEN RESPONSES) SELECTION CRITERIA
In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The selected firms will be invited to present their written responses to predetermined questions. The instructions for the written responses will be provided to the selected firms only. Each firm that submits written responses will be evaluated based on their responses to the evaluation criteria. The highest-ranked firm will be selected based on their ratings from the written responses. The previous ratings from the SF 330 evaluations are not applicable during discussions.
Below are the evaluation factors for the written responses. All factors listed are of equal importance.
Challenges: What specific challenges do you see in this project and how will your team address or resolve these challenges? Include any specific past project examples to support your response.
Space Planning: Space planning is an important part of design. Discuss your approach to space planning.
Phasing: This project will require separate phasing for the renovation of Building 88 s east and south wings. Discuss your approach to phasing within construction drawings and specifications.
Construction Period Services: Discuss your approach and process for construction period services. How will you monitor the project? How will you keep the schedule on track? How will you design for and encompass infection control measures?
Cost: Cost is a major concern in any project. How do you keep the project within budget? What is your track record for cost accuracy?
Quality Control: Specifically, how do you manage quality control? How do you ensure all aspects of the project meet VA standards and specifications? Identify personnel responsible for quality control and their disciplines.
7. SUBMISSION CRITERIA/REQUIREMENTS
The below information contains the instructions and format that shall be followed for the submission of the SF 330 Statement of Qualifications:
Submit ONE (1) SF 330 Statement of Qualifications to Kara A. Evert at kara.evert@va.gov. This shall include Parts I and II and any applicable attachments.
The submission must include the SF 330, Architect-Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp).
The SF 330 submission is due by 1:00 PM ET on February 6, 2023.
The SF 330 shall be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted.
The subject line of the email shall read: SF 330 Submission - 36C77623R0014 Boise Minor Design Project.
The SF 330 submission shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents, and Part II of the SF 330 will NOT count toward the page limitation.
A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. *Note: All PPQs should be completed by the evaluator and returned to the A-E firm. The submitting A-E firm must incorporate completed PPQs into the SF 330 document. PPQs should not be submitted by the evaluator directly to VHA PCAC.
In addition to the SF 330 submissions, firms must provide a second accompanying document that includes the following information (the accompanying document will not count toward the page limitation of the SF 330):
Cage Code
SAM Unique Entity Identifier
Tax ID Number
The email address and phone number of the Primary Point of Contact
A copy of the firm s Vet Biz Registry
All questions shall be submitted to kara.evert@va.gov with the subject line Boise Minor Design Question. The cutoff for question submission is 1:00 PM ET on January 23, 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities at SAM.gov.
All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer shall verify the NAICS code in VIP and/or the System for Award Management (SAM). Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission.
This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Offers received from other than SDVOSBs will not be considered. All SDVOSBs must be listed as verified by the VA s Center for Verification and Evaluation (CVE). Offerors must be verified by CVE and visible in the Vendor Information Pages (VIP) database (http://www.vetbiz.va.gov/vip/) at the time of SF 330 submission, written response submission, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award.
All Joint Ventures must be CVE verified at the time of SF 330 submission, written response submission, and award and must submit agreements that comply with 13CFR 125.15 prior to contract award.
SF 330 submissions 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 evaluated. All information must be included in the SF 330 submission package.
It is the offeror s responsibility to check the Contract Opportunities website at SAM.gov for any revisions to this announcement prior to submitting their SF 330.
Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 05, 2023 10:42 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 >