Illinois Bids > Bid Detail

C1DA--Renovate 3B for Patient Privacy and Intensive Care Unit P/N: 657A5-23-110

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159972499739121
Posted Date: May 5, 2023
Due Date: May 30, 2023
Solicitation No: 36C25523R0096
Source: https://sam.gov/opp/2dc0416581...
Follow
C1DA--Renovate 3B for Patient Privacy and Intensive Care Unit P/N: 657A5-23-110
Active
Contract Opportunity
Notice ID
36C25523R0096
Related Notice
36C25523R0096
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 05, 2023 09:19 am CDT
  • Original Response Date: May 30, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Marion VAMC 2401 W Main St Marion , IL 62959
    USA
Description
Synopsis: Request for Architectural and Engineer 330 submission
Solicitation: 36C25523R0096, RENOVATE 3B FOR PATIENT PRIVACY AND ICU, Project No. 657A5-23-110

CONTRACT INFORMATION

This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.

This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAM 836.6 implemented in FAR Subpart 36.6.

This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements.

After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded no later than August 31, 2023.

Award of any resultant contract is contingent upon the availability of funds.

No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to (jennifer.sotomayor@va.gov).

Personal visits to discuss this announcement will not be allowed.

The NAICS Code for this procurement is 541330, Engineering Services and the small business size standard of $25.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 180 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made.

DATABASE REGISTRATION INFORMATION:
VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (https://www.vetbiz.va.gov/vip), SHALL BE CONSIDERED.


SYSTEM FOR AWARD MANAGEMENT (SAM.GOV):
Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM.GOV) database at https://sam.gov/content/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM.GOV prior to submitting their qualifications package.

THE EXCLUDED PARTIES LIST SYSTEM (EPLS):
To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/content/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.

E-VERIFY SYSTEM:
Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54)

Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: : http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf and emailed.

Completed package shall be delivered on or before May 30, 2023, by 2:00PM CDT to the following email address: jennifer.sotomayor@va.gov.

Email subject line shall clearly identify Solicitation number: 36C25523R0096 and project name RENOVATE 3B FOR PATIENT PRIVACY AND ICU, Project No.657A5-23-110.
The 330 submission must be a pdf document and must be below 20 MG.
PROJECT INFORMATION

The mission of the Veterans Affairs Medical Center (VAMC) in Marion, Illinois is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, Marion VAMC Engineering Service intends to partner with an A/E Firm to renovate patient ward 3B for patient privacy and intensive care at the Marion VAMC Campus, 2401 West Main Street, Marion, IL 62959.

The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, Marion VAMC Engineering Service expects the following primary A/E disciplines to be included: Supervisory, VPIH, Civil/Structural, Architectural, Mechanical, Plumbing and Electrical, Physical Security and Fire Protection..
Existing Conditions:Â Â Patient Ward 3B currently accommodates twenty one (21) inpatients in thirteen (13) inpatient care spaces. The ward also contains patient care support spaces, including: consultation, lounge, nurse station, nursing staff administrative space, nourishment, local pharmaceutical dispensary, and utility spaces. The floor area of Patient Ward 3B is approximately 7,000 gross square feet (gsf).

2. Project Intent:
a. Survey/Site Investigation:
i. A survey/investigation shall be undertaken to fully assess site conditions and existing conditions of the proposed project area.
ii. Investigation into other potential system upgrades will occur concurrently. Upgrades could be driven by advances in technology, safety, energy savings or any other factors which would improve overall system performance within the limitations of the project intent.
iii. Investigation shall include documenting station utilities that may be affected during construction activity. These may be interior or exterior, above or below grade relative to the facility.
b. General Conditions:
i. The A/E shall investigate the impact of infection control and maintaining hospital mitigation of air quality requirements, vibration and noise pollution.
ii. The contractor will be responsible for field verification of existing utilities related to this project s requirements. If any utilities are damaged during construction activity all mitigative repairs shall be the responsibility of the contractor.
iii. VA Engineering Service personnel will assist when site inspection procedures affect the operations of any of the building utility systems.
iv. All utilities are critical to facility operations. Any investigation or work impacting the facility or requiring a shutdown shall be scheduled twenty one (21) days in advance with written notice. Work shall be performed at nights and on weekends. The COR has the right to stop work after 8 hours of planned medical facility outages.
v. All proposed rework as well as the final, as built conditions of the building shall be subject to comment, revision and approval by the Illinois State Historic Preservation Agency. All costs and labor incurred to achieve a design approved by the Historic Preservation Agency shall be the responsibility of the A/E.
vi. Design errors or omissions, which result in damages or additional cost to the Government will be evaluated for potential A/E liability. If the Government determines that the A/E is financially liable for a design deficiency, the Government will advise the A/E by official correspondence. The Department of Veterans Affairs, actively pursues reimbursement of costs incurred by the Government as result of the A/E s errors and/or negligent performance. The preferred method of settlement of A/E financial liability is for the A/E to negotiate directly with the Contractor and provide the result to the Department of Veterans Affairs for review and approval. Where the A/E cannot reach an agreement with the Construction Contractor or if the A/E declines to negotiate, The Department of Veterans Affairs will arrange settlement directly with the Contractor and will bill the A/E.
vii. All equipment and finishes to be included in the project design shall be in accordance with current Marion VAMC standards and existing maintenance contracts.
viii. The normal operating hours of this facility are 7 am to 4:30 pm, Monday through Friday, excluding recognized holidays. The construction documents shall require the contractor to reflect this in his proposed work schedule. Work outside the normal operating hours shall require prior authorization by the VAMC.

c. Demolition:
i. As determined during design, all existing materials removed during construction will be disposed of according to the direction of the construction documents and as directed by VA staff.

d. Industrial Hygiene:
i. Provide an abatement plan for any hazardous materials (asbestos, lead, etc.) which are known prior to or discovered during the investigation and construction phases.

e. Structural:
i. Determine capacity of existing building structure to accept the upgraded mechanical components proposed, if needed.
ii. If weaknesses or inabilities to accept the components are encountered, modifications to the structure to allow for the upgraded component would likewise be proposed as part of the project documents.
iii. Determine anchorage and bracing necessary to resist seismic loads for all material and components added by this project in accordance with the VA Structural Design Manual (PG 18 10).

f. Architectural:
i. The scope of architectural work shall include all work architectural work necessary to effectively update the spaces included in the project area.

g. Mechanical:
i. The scope of mechanical work shall include updates to all existing mechanical systems that serve the proposed project area.
ii. HVAC system capable of meeting most recent VA HVAC design requirements for 100% outside air in patient care spaces.

h. Plumbing:
i. The scope of plumbing work shall include updates to all plumbing systems, fixtures, outlets, disposal and ventilation systems, including:
i. Domestic water systems piping, fixtures, etc.
ii. Medical gas systems including piping, valves, outlets, panels, etc.
iii. Fire Protection systems
iv. Waste water disposal/sanitary sewer

i. Electrical/IT/Telecom:
i. The scope of electrical/IT/telecom work shall include updates to all existing electrical/IT/telecom9 systems that serve the proposed project area.
ii. Provide construction period services for arc flash and protective device coordination. After new equipment selection, the A/E shall provide the aforementioned services in addition to typical design phase site investigation and construction phase site visits. Submit TCC s to the COR for approval. Refer to the VA Electrical Design Manual (PG 18 10) section 1.10. Include VA Master Spec (PG 18 1) 26 05 73.
iii. Provide a design that coincides with the Facility Master Plan for future expansion and capacity. The infrastructure to support identified future loads shall not be constructed but planned in a manner that shows equipment and devices that support growth on plans.

j. Construction Phasing:
i. Construction contract will utilize critical path phasing as necessary to minimize interruption and disturbance to the building and its occupants.
ii. Phasing shall be determined through collaborative effort of both the A/E firm and the VAMC Engineering Service.

EVALUATION FACTORS:

Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VAAM 836.602-1.Â
Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 inches in size.
Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages.

Qualifications (SF330) submitted by each firm for Project No. 657A5-23-110 Renovate 3b For Patient Privacy And ICU will be reviewed and evaluated based on the following evaluation criteria listed below:
(1) Professional qualifications necessary for satisfactory performance of required service. The firm and A-E s on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US States. Provide Professional License
numbers and/or proof of Licensure.
The specific disciplines which will be evaluated are: Supervisory, VPIH, Civil/Structural, Architectural, Mechanical, Plumbing and Electrical, Physical Security and Fire Protection

(2) Specialized experience and technical competence in the type of work required on this project, including, but not exclusive to, seismic structural analysis and retrofit design, VA safety and physical security design, experience in abatement of hazardous construction materials, energy conservation, pollution prevention and waste reduction.
Include Government and private experience on projects similar in size, scope (to include inpatient care spaces) and complexity as well as experience with project phasing in order to maintain facility operations during construction. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

(3) Demonstrated capacity to accomplish work in the required time. The general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant.
(4) Past Performance: Past performance on similar contracts that are complete (design and construction) that the firm has designed relevant in scope to the advertised project with the Department of Veterans Affairs, other Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Performance on past Government contracts as indicated in Federal performance reporting databases is encouraged. Failure to provide requested past performance data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Past projects provided for reference shall be the work of the office/branch/individual team member proposed to be performing work under this contract. Project past performances that are older than 5 years will receive a lesser score than those references for projects accomplished within the past 5 years.
(5) Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Market research indicates that at least 3 qualified firms exist within a 500 mile radius of the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 500 MILE RADIUS OF THE Marion Veterans Affairs Medical Center (VAMC) in Marion, IL. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business address is within a 500 mile radius from the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959 and resides within the borders of the United States of America will receive a higher score on evaluations.
Architectural Prime Contractors whose primary physical business address is outside a 500 mile radius from the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959 and resides within the borders of the United States of America will receive a lesser score on evaluations.
Architectural Prime Contractors are required to verify the primary physical business address (described above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration.
SF 330 submissions from companies located outside the borders of the United States of America shall not be considered.
(6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >