Alabama Bids > Bid Detail

C1DA--619A4-24-103 AE Replace flooring, paint walls, and replace handrails

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159710477550954
Posted Date: Jun 6, 2023
Due Date: Jul 7, 2023
Solicitation No: 36C24723R0090
Source: https://sam.gov/opp/c8596b095f...
Follow
C1DA--619A4-24-103 AE Replace flooring, paint walls, and replace handrails
Active
Contract Opportunity
Notice ID
36C24723R0090
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 06, 2023 12:40 pm EDT
  • Original Published Date: Jun 06, 2023 12:33 pm EDT
  • Updated Response Date: Jul 07, 2023 01:00 pm EDT
  • Original Response Date: Jul 10, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 17, 2023
  • Original Inactive Date: Oct 17, 2023
  • Initiative:
    • None
Classification View Changes
  • 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:
    • 541330 - Engineering Services
  • Place of Performance:
    CAVHCS 2400 Hospital Rd Tuskegee , AL 36083
    USA
Description View Changes

Presolicitation Notice Page 7 of 7 Presolicitation Notice Page 1 of 7 THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS A REQUEST FOR SF 330 ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF 330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF 330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. SITE VISITS WILL NOT BE ARRANGED DURING THIS PHASE. Architect-Engineering (A/E) Design Services: The Department of Veteran Affairs Network 7 Contracting Office is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for Project # 619A4-24-103 Replace Flooring, Paint Walls, and Replace Handrails at the Central Alabama Veterans Health Care System - Tuskegee. Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States to be considered for this opportunity. Also, see geographic location restriction in paragraph 5 of this notice. Network Contracting 7 VA Facilities locations include: 2400 Hospital Road. Tuskegee, AL 36083 1st Floor in Buildings 2,3,3A,4,4A, and 83. This acquisition is a 100% set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs). Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in accordance with VAAR Clause 852-219-73 (JAN 2023) (DEVIATION), VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, including Joint Ventures, must be: verified and registered at Veteran Small Business Certification (sba.gov), registered in the System for Award Management (SAM) database at time of submission of their qualification, and reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans. Failure of a prospective SDVOSB to be verified by the Veteran Small Business Certification (sba.gov) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 619A4-24-103 AE Replace flooring, paint walls, and replace handrails. The estimated magnitude of construction for this project is between $250,000 and $500,000. The estimated/target design completion period is 210 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $25.5 million. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend various meetings in person on site at CAVHCS facilities. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within 400 miles of Tuskegee VAMC 2400 Hospital Road, Tuskegee, AL 36083. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400-mile driving distance. Offers outside the 400-mile driving distance will not be considered. Determination of mileage eligibility will be based on Google Maps. Project Information/Statement of Tasks: Provide Professional (PE) Architectural / Engineering services to verify existing conditions and utilities design and prepare contract working drawings and specifications for Project # 619A4-24-103 Replace Flooring, Paint Walls, and Replace Handrails. The project will greatly impact all those who work or obtain health care services in the Medical Center in Tuskegee. This project will enhance the aesthetics of the building for a more pleasant and safe patient care environment. The AE Design firm shall prepare documents, drawings, specifications for this project. This project will occur on the first floor of Buildings 2,3,3A,4,4A, and 83 in Tuskegee at the main hospital. The contract documents shall cover all activities for the replacement of flooring in the hallways, repair/paint the walls in the hallways, remove/replace cove base, remove/install corner guards, remove/install bumper guards, repair/paint the door trims and paint fire/smoke doors. This project shall also replace missing handrails, corner guards, and bumper guards. The design must include phasing because the hospital must remain in operation. The AE documents must contain provisions for interim life safety measures and infection control. This project will enhance the aesthetics of the building for a more pleasant patient care environment. The walls have many areas that are damaged due to normal wear and tear. The door frames have significant damage and require repair and new paint. It will also correct several areas where either the handrails are missing, or the end rails are missing and present a safety hazard. Professional (PE) Architect / Engineer services to include phasing recommendations, planning, consultation and visits, investigation visits before design, design work, preparation of contract drawings, commissioning and specifications for construction bidding, constructability reviews at each design review, design for accessibility for maintenance and operation of all systems, perform energy review & analysis, preparation of cost estimates including contractor bid analysis and recommendations, and participation in any pre-bid and pre-construction conferences. In addition, provide construction period services for demolition, construction, commissioning, and inspection all work for this project. The project design shall be completed in accordance with this Supplement B and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other Criteria. The A/E shall retrieve all VA design information and standards from the VA Office of Construction & Facilities Management Internet site (http://www.cfm.va.gov/) technical library. VA design standards and all national, state, and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. All projects shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2019, if life cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2019 to document the energy savings. 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 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 comparison Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, Energy Plus, etc. 3% Discount Factor Do not include taxes or insurance while computing costs. Stamp and certify each design and construction plan with one of the applicable AEE certifications or with one of the applicable LEED certifications to achieve the ASHRAE 90.1 energy standards for the VA. Prepare a construction cost estimate; and provide construction period services and site visits for the CAVHCS project, at the Central Alabama Veterans Health Care System, Tuskegee, Alabama. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF 330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. The VA will confirm the individuals are current and in good standing with the respective state license board. Specialized experience and technical competence in the type of work required, including but not limited to: Architecture, Electrical, Plumbing, Mechanical, Fire Protection, Abatement/Industrial Hygiene, Cost Estimation, Project Management and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Include Government and private Experience on similar projects. Capacity to accomplish work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance will be evaluated on recent and relevant contracts with government agencies Recent is defined as performance occurring within 5 years of the date of this notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Location in general geographical area and knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. SF 330 submittal should show your knowledge of the locality of the project. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400-mile driving distance determined by Google Maps. 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. 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. Selection Procedures: This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are available, report(s) shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. Submission Requirements: The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. The following format should be used: Cover Page with Solicitation Number, Project Title Table of Contents SF 330 s Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. Copy of Current A/E state Engineer/Architect License Unique Entity ID (UEI) Tax ID number The E mail address and Phone number of the Primary Point of Contact. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one electronic SF 330 and attachments (if any) no later than July 10, 2023, at 1:00 p.m. ET. Email capacity is limited to seven to ten megabytes. All SF330 submittals and questions must be sent electronically to the attention of Gregory Snyder, Contract Specialist at gregory.snyder@va.gov and Margaret Yeaton, Contracting Officer at margaret.yeaton@va.gov. Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of [insert total number of emails] . Submittals received after the date and time identified on page one will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF 330. The SF 330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e., CPARS) and award documentation. This information should be provided as attachments to the SF 330. All questions regarding this announcement must be emailed to the contract specialist gregory.snyder@va.gov and contracting officer margaret.yeaton@va.gov NLT July 3, 2023 at 1:00 p.m. ET to allow time to respond.


Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • 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 >