Kansas Bids > Bid Detail

589A5-23-188, Design AJP FCA-Repair Roads, Parking, and Sidewalks

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159911286892202
Posted Date: Jan 9, 2023
Due Date: Jan 20, 2023
Solicitation No: 36C25523R0025
Source: https://sam.gov/opp/207c32c8bf...
Follow
589A5-23-188, Design AJP FCA-Repair Roads, Parking, and Sidewalks
Active
Contract Opportunity
Notice ID
36C25523R0025
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 09, 2023 02:01 pm CST
  • Original Response Date: Jan 20, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 09, 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:
    Topeka , KS 66622
    USA
Description

PRESOLICITATION

SYNOPSIS:



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 for negotiation based on demonstrated competence and

qualifications for the required work.



b. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB)

firms located within a 350-mile radius of the Colmery-O’Neil VA Medical Center in Topeka,

Kansas. The mileage restriction is in compliance with VAAR 805.207(b). 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. 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 on March 06, 2023.



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 (gislaine.dorvil@va.gov).



g. Personal visits to discuss this announcement will not be allowed.



h. The NAICS Codes for this procurement is 541310 Architectural Services and small business size

standard of $12.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time

for completion of design is approximately 194 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.



i. 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 IN COMPLIANCE WITH VAAR 852.219-10.

ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES

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



j. 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

Presolicitation Notice

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.



k. 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.



l. 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)



m. 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 bound

in 3 ring binder) and a CD copy of the Standard Form 330.



n. Completed package shall be delivered on or before January 20, 2023, by 2:00PM CST to the

following address:



Department of Veteran Affairs, NCO 15 Contracting Office,

Attn: Contracting Officer: Gislaine Dorvil,

Contracting Office Address:

3450 SW Trafficway.

Leavenworth, Kansas, 66048.



o. Outermost envelope or packaging shall clearly identify Solicitation number and project.

Information shall be submitted via commercial courier service, mail or hand carried deliveries.

Telegraphic, email, and facsimile forms are prohibited.



PROJECT INFORMATION



Description of work to be performed includes: Architect-Engineering services are required for Schematics

Design, Design Development, Construction Documents, Technical Specifications, Construction Period

Services, Site Visits, Cost Estimates, and all other related information for Project 586A5-23-188, AJP

FCA – Repair Roads, Parking, and Sidewalks. The project will include design work for the preparation

of 100% complete working drawings and contract documents using edited VA Master Specifications to

complete the following:



I. STATEMENT OF AE TASKS

A. The AE shall furnish all services for a complete schematic design, design development, construction

documents, bid documents, Technical Specifications, Cost Estimates, construction period services, Site

Visits, As-Built Documentation, and all other related information as outlined in the "AE Instructions" for

project 586A5-23-188, AJP FCA – Repair Roads, Parking, and Sidewalks at Topeka VA Medical Center.



1) Tasks

 Initial survey/conceptualization

o Conduct initial survey of spaces, utilities, fixtures, layout, landscaping, architecture,

seismic shell, walkways, and all other appurtenances associated with the main lobby

or front entrance

o Complete a geotechnical evaluation, if necessary, and review prior boring logs

o Meet with Facility Planner, Leadership, and other applicable members of the facility

Integrated Project Team (IPT) to solidify our needs, discuss layout, etc.

o Survey for hazardous materials (lead, asbestos, etc.)

 Conceptualization



o Create concept drawings and submit to the Contracting Officer’s Representative

(COR)

 No more than three distinct concept designs are requested



o Create design posters and submit to the COR

 Utilize the facility Interior Design Scheme



o Meet with IPT to discuss concepts, recommendations, and approve a particular

concept

 Design Phase



o Design all items contained within the scope of work, as needed, for a complete

construction package

 Drawings

 Abatement drawings

 Specifications

 Abatement specifications

 Visualizations

 Final visualizations to display in Lobby

 Cost Estimates

 Note and estimate Bid Alternates that could be taken away from the

project but not reduce the Scope of Work; incorporate Bid Alternates

as an integral part of the project



o Total amount of Bid Alternates required to meet minimum of

20% of base bid construction cost, per Minor Construction

Handbook

 Include provisions for small, disabled, veteran-owned businesses,

locality, rurality, etc. that have a considerable impact to the cost of

construction

 Scope of Work for Construction

 Construction Submittal Sheet

 Per specifications, expected submittals requiring approval

 Design calculations for HVAC, structural, seismic, etc.



o GSF limits, per the Project Tracking Report (PTR) application

 No more than 2,000 GSF, new

 No more than 1,258 GSF, renovated



o Meet with the IPT, per the submittal schedule below, after design submittal to the

COR

 Take meeting minutes

 Record actions and track to completion

 Disperse information as needed

 Take notes of decisions made, and require signatures of approval from the

IPT



o Submit a CD containing all information relating to the final design of the project to

the COR

 Solicitation/Pre-Bid Phase



o Provide information on the project as requested by the COR and the Contracting

Officer (CO)



o Attend pre-bid meeting to discuss concerns, answer questions, and be a stakeholder

in the construction process



o Work with the CO to issue amendments to the solicitation



o Work with the CO to answer Requests For Information (RFIs)

 Construction Phase



o Provide Construction Period Services

 Review submittals from the construction contractor

 Approve/deny submittals based on design specifications

 Respond to RFIs from the construction contractor or COR

 Coordinate with the COR to complete site visits or walkthroughs at

milestones of construction

 Coordinate with the COR to complete a Punch-List

 Coordinate with the COR to complete a final walkthrough

 Provide industrial hygiene oversight for abatement of hazardous materials

 As-Built drawings, full-size mylars

 Update current plumbing, electrical, and space drawings with changes due to

this work



2) The AE will be required to attend in person (or Senior Delegate of AE) to pre-bid meetings, a

pre-construction meeting, project construction meetings and a final inspection meeting. There

will also be various construction site meetings that will require a representative of the AE.



3) AE will provide meeting notes and or minutes for meetings and conference calls.



4) The A-E shall provide competent design and construction period services utilizing individuals

who are adequately knowledgeable of the various design disciplines including but not limited to

architectural and engineering of structural, mechanical, electrical, and special systems as required

by the project. Changes in personnel from those who are proposed in negotiations, interviews,

kick-off meeting, and/or A-E submission forms must be approved in writing. The registered

individuals who will stamp the completed documents shall accomplish engineering design work.



B. The AE shall provide cost estimation, project scheduling & phasing, bid period and construction

period services as further described in the contract. Estimates shall have a full itemized line-item breakout

commensurate with the degree of design accomplished. At the Schematic Design phase, square foot

estimates would be adequate. As the design progresses in detail, so the estimate would progress in detail.



C. The AE shall provide bid documents in both hard paper copies and electronic format. Electronic

format shall include AutoCAD and Microsoft Word/Excel as well as PDF format for all. Final PDF of the

construction drawings shall include the professional stamp.



D. AE shall design construction to phase and coordinate work to minimize disruptions to medical center

operations. Outages shall be minimized, and temporary conditions planned to maintain critical utility

systems. Suitable space/access for mechanical room equipment maintenance must be maintained

throughout construction. Must keep the number of outages to a minimum and group common work.

Phasing of interruptions shall be clearly indicated on the construction documents.





E. A-E shall design within funding limitations. AE shall coordinate cost control measures with COR to

design within funding limits. Cost control alternatives shall be explored in Design Development (DD's).

The AE is required by national VA Directive to include at least a minimum of 20% bid deductions.



F. Review AE Quality Alerts from the TIL.

Design completion timeframe of 194 days after receipt of the Notice to proceed. The A/E firm shall also

be required to perform construction period services after award of the construction project contract. In

accordance with FAR 36.204, the estimated magnitude of the resulting construction project is between

$1,000,000.00 and $5,000,000.00.



EVALUATION FACTORS:



Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 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.



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 # 589A5-23-188 for Topeka VA Medical

Center will be reviewed and evaluated based on the following evaluation criteria listed below:



1. 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/engineers currently registered in the

state of Kansas or in a state of which Kansas has recognized the engineering license. The specific

disciplines which will be evaluated are Architects (ACHA – American College of Healthcare

Architects), Communication Specialist (minimum Voice and Data), Civil Engineer, Mechanical

Engineers, Electrical Engineers, Structural Engineers, Estimators, CAD operators, Project

Managers, fire protection engineer, and Certified Healthcare Interior Designer (CHID).



2. Specialized Experience and Technical Competence: specific experience and technical skill in the

type and scope of work required for medical facilities new construction and renovations to

existing medical facilities, including, where appropriate, experience in energy conservation,

pollution prevention, waste reduction, and the use of recovered materials. Experience and

qualifications of personnel proposed for assignment to the project and their record of working

together as a team.



3. Capacity to Accomplish the Work: the general wor load 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: the past performance of projects that are complete (design and construction)

that the firm has designed relevant in scope to the advertised project that were accomplished 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 will be examined.

Project past performances that are older than 3 years will receive a lesser score than those

references for projects accomplished within the past 3 years.



5. Location of Design Firm: the geographic proximity of each firm to the location of the VA

Medical Center will be evaluated. 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.



6. 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.



7. Reputation in A-E Community: reputation and standing of the firm and its principal officials with

respect to professional performance, general management, and cooperativeness.


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
  • Jan 09, 2023 02:01 pm CSTPresolicitation (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 >