Kansas Bids > Bid Detail

C211--589A6-23-414, Replace deteriorated sanitary risers main hospital, EKH,

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159611524377217
Posted Date: Nov 14, 2022
Due Date:
Solicitation No: 36C25523R0024
Source: https://sam.gov/opp/ca45131fcf...
Follow
C211--589A6-23-414, Replace deteriorated sanitary risers main hospital, EKH,
Active
Contract Opportunity
Notice ID
36C25523R0024
Related Notice
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) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 14, 2022 05:35 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Dwight D. Eisenhower, VA Medical Center Leavenworth , Kansas 66048
Description

Page 2 of 2

Synopsis:

PROJECT TITLE:
Replace deteriorated sanitary risers throughout the main hospital, VAMC Leavenworth.

CONTRACT INFORMATION

a. 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 based on demonstrated competence and qualifications for the required work.

b. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6.

c. 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 contractors that meet the professional requirements.

d. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Leavenworth VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. 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.

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

f. 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 timothy.parison@va.gov. Personal visits to discuss this announcement will not be allowed.

g. The NAICS Codes for this procurement is 541310 Architectural Services and small business size standard of $8.0M. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 180 calendar days including time for VA reviews.

h. 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, (http://www.Vetbiz.gov), SHALL BE CONSIDERED.

i. SYSTEM FOR AWARD MANAGEMENT (SAM):
Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov 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 prior to submitting their qualifications package.

j. 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 www.sam.gov 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.

k. 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)

l. A-E firms are required to respond if interested by submitting one (1) 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 shall be made electronically.

m. Completed package shall be delivered electronically on or before 12/14/2022 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Tim Parison, Contracting Officer @ timothy.parison@va.gov.

PROJECT INFORMATION

The mission of the Veterans Affairs Leavenworth Kansas is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VA Medical Center Leavenworth Engineering Service intends to partner with an Architect/Engineer A/E or Engineer Firm for a design completion to Replace Sanitary Risers Main Hospital. And additional supplemental guidance published by VA for VA owned facility at the VA Medical Center, Leavenworth Kansas.


Supplement B

1. SCOPE OF WORK:
A/E services are required for the preparation of Field Investigations and Studies, Schematics, Design Development, Construction Documents, Cost Estimate, and Construction Period Services for project number 589A6-23-414 Replace Sanitary Risers Main Hospital. This delivery order shall cover the following tasks.

General Statement

The A/E firm shall prepare plans and specifications for a construction contract to accomplish the following scope of work: This project will replace deteriorated sanitary risers throughout the Main Hospital. Work will cover buildings 88/89, 90 and 91. A determination of risers needing to be replaced will be required.

2. DESIGN DEVELOPMENT:

The A/E firm shall:
a. Meet with Facilities, and other personnel prior to start of design to determine detailed requirements of work involved.
b. Work from existing building and site drawings furnished by the VA to develop project design. (These are to be used only as guidelines);
c. Perform any necessary on-site field investigations to accomplish work and to verify drawings provided by the VA;
d. Prepare rough sketches, if necessary, to solve possible problems in design throughout the contract; and
e. Follow VA Program Guide PG-08-15 Volume C, and other applicable guidelines to design the project.

3. CONSTRUCTION DOCUMENTS:

a. A/E firm shall complete such further investigations to develop selected items into working drawings and specifications for issuance through the competitive bid process or through other bidding methods of procurement, specifically the SDVOSB program.
b. In most instances, copies of the VA Master Construction Specifications will be available off the Internet, which will be edited and incorporated in the project specifications. In those instances where copies of the VA Master Construction Specifications are not available, the A/E

B-2
shall develop the specification for incorporation into the project specifications. Copies of design guides, space criteria, room finishes, and other VA guidelines are also available off the Internet. c. Working drawings and specifications shall provide for construction within the National Fire Protection Association Code, VA Standards, and other national codes.

d. A/E shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed two written pages in length.

e. All necessary reports, specifications and other documents shall be prepared in MS Word and all drawings shall be prepared in AutoCadd. One set each of CD-ROM computer disks containing all reports, specifications, documents and drawings will be required for the final submission of Construction Documents. All necessary reports, cost estimates and other documents shall be prepared in accordance with all applicable portions of the A/E Submission Instructions, Program Guide PG-08-15, Volume C.

f. A/E firm shall submit the following:

1. The number of print copies designated in Paragraph 9 Design Deliverables.
2. A complete set of drawing files shall also be provided on a CD disc, which was created by AutoCAD Release 2019 or older software. A complete set of drawing files shall consist of, but not limited to, all files used to create or plot the drawing files:

Xref files which should be Bound to the drawing file.
OLE Object files.
Image files.
Custom Plot Style Table files.
Any fonts which are not standard with AutoCAD.

g. A/E firm shall adhere to the following CAD standards:

AIA 3rd Edition Layer Standard guidelines shall be used, which are already built into the software use with full Layer Descriptions. Layer integrity must be maintained on all layers, for example all doors and only doors should be on layer A-DOOR. Object elements mixed up on more than one layer, which should be on one layer, will not be accepted. Only TrueType Fonts shall be used to create drawing files. All drawing sheets for Plotting shall be created in Paper Space on Layout tabs. Templates with border and title block will be provided by VAEKHCS. All drawing object elements shall be created in Model Space at real world size. No object elements are to be scaled in Model Space. All scaling of object elements shall be done in Paper Space View ports only.


VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors

Contractor employees who work in or travel to VHA locations must comply with the following:

Documentation requirements:
If fully vaccinated, shall show proof of vaccination
NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination

If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test.

Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel.

Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.Â

Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the following website: COVID-19 Screening Tool. Regularly check the website for updates.

Contractor employees who work away from VA locations, but who will have direct patient contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.Â

Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.
For indefinite delivery contracts:Â Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.


EVALUATION FACTORS:

Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5 and VA Acquisition Regulation (VAAR) Part 836.602-1. 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 in size.

Qualifications (SF330) submitted by each firm for PROJECT NUMBER: 589A6-23-414 Upgrade Sanitary Risers Main Hospital, VA Medical Center will be reviewed and evaluated based on the following evaluation criteria listed below in descending order of importance:

1. TEAM PROPOSED FOR THIS PROJECT. Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. A&E firms shall have licensed professional architects and engineers currently registered in the state of Missouri or in a state of which Missouri has recognized the engineering license. The specific disciplines which will be evaluated are Architects, Civil Engineer, Mechanical Engineers, Electrical Engineers, Structural Engineers, Industrial Hygienists, Estimators, CAD operators, Project Managers, LEED Consultant, Fire Protection Engineer, and Interior Designer.

2. PREVIOUS EXPERIENCE OF PROPOSED TEAM. Provide detailed project information on any projects (that are complete - design and construction) the proposed team has worked together on in the last five (5) years. Special emphasis will be given to any medical facility related projects. If the entire team has not worked together previously, provide detailed project information that each of the team members have worked on in the last three (3) years with special emphasis on medical facility projects. The project information should include project titles, a short scope of work, date of design completion, date of construction completion, firms involved, etc. The A/E shall also describe if they have any experience completing a design that was started by another A/E firm. Provide the project title, scope of work, date of design start for this team, percentage of design when accepted by team and completion of design.

3. LOCATION AND FACIILITIES OF WORKING OFFICES: The geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The medical center is located at Dwight D. Eisenhower, VA Medical Center, Leavenworth, Kansas. The mileage restriction is in compliance with VAAR 805.207(b). This criterion will apply to the office from which the majority of the design services will be performed. Firms within 350 miles of the medical center will receive a maximum score. Firms more distant than 350 miles will receive a zero score for this criterion.

4. PROJECT CONTROL. Provide the plan on how management will control the design schedule and costs. How will the quality control reviews for each design discipline be conducted? How will coordination reviews between all design disciplines be conducted? Who conducts these quality control and coordination reviews?

5. CAPACITY TO ACCOMPLISH THE WORK. The general workload and staffing capacity of the design offices 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.

6. ESTIMATING EFFECTIVENESS. Provide information on the five (5) most recently awarded construction projects that were designed by this A/E team. Provide the project title, brief scope of work, A/E team s construction estimate total and actual construction award price. If the difference is greater than 10% explain why the A/E believes the difference was greater than 10%. If the team does not have any recent projects, provide the same information on projects that the prime A/E for this team was the prime A/E for the past projects. Provide the names, titles and experience of the persons that will perform the design for each discipline; and then has oversight of the entire estimate.

7. MISCELLANEOUS EXPERIENCE AND CAPABILITIES. For projects within the last five (5) years on each of the following: Provide information on projects that included surgery operating rooms where any A/E team member was a part of the design team. Provide the A/E team members experience with doing designs in Revit drawing software. Provide the A/E prime team member s experience with designing projects that must follow hospital infection prevention measures (ICRA) and interim life safety measures (ILSM). Provide the A/E team members experience with hazardous material abatement projects.

8. CLAIMS, TERMINATIONS AND LITIGATION. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Provide information on any litigation involvement of the past five (5) years and the outcome.
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
  • Nov 14, 2022 05:35 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 >