Virginia Bids > Bid Detail

C1DA--657-21-110JC, RENOVATE EMS WASHROOM

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159973007280079
Posted Date: Dec 8, 2022
Due Date: Jan 11, 2023
Solicitation No: 36C25523R0030
Source: https://sam.gov/opp/cbb2fcbbc9...
Follow
C1DA--657-21-110JC, RENOVATE EMS WASHROOM
Active
Contract Opportunity
Notice ID
36C25523R0030
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: Dec 08, 2022 11:02 am CST
  • Original Response Date: Jan 11, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 12, 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:
    St. Louis VA Medical Center John Cochran Division , 63106
    USA
Description


Synopsis:

PROJECT NUMBER / TITLE:
657-21-110JC FCA-Renovate EMS Washroom, JC

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 St. Louis VA Health Care System 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 matthew.finley@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, PSC: C1DA. Award of a Firm Fixed Price contract is anticipated. The anticipated time for completion of design is approximately 115 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 1/11/2023 at 2:00PM Central Standard Time to the NCO 15 Contracting Office, Attn: Matt Finley, Contracting Officer to matthew.finley@va.gov.

PROJECT INFORMATION

A/E Firm shall provide all necessary design and construction period of services to Renovate EMS Washroom at John Cochran. Design team shall create a complete package of Construction Documents to meet applicable design standards and building codes. Scope of work shall include, but not limited to, the following items:
The EMS Washroom is in the basement of B1 at the John Cochran VA facility. The entire building houses the main hospital for the John Cochran Division. The existing washroom is comprised of porous concrete block and does not have proper ventilation. The wall construction is conducive to mold growth and was not constructed in accordance with modern building techniques for its use. This project will improve the environment for the space use, provide a temporary space for the Service while the Project is under construction, as well as replace the aged roof above the space.


Supplement B

SUPPLEMENT B (For Schematics, Design Development, Construction Documents, Construction Cost Estimate and Construction Period Services)

DESIGN TIMEFRAME: A/E shall deliver final construction documents No Later Than (NLT) 115 days after the Award/Notice to Proceed Letter.

CONSTRUCTION BUDGET/DESIGN LIMITATION: Magnitude of Project between $250,000 and $500,000.

B1 Schedule of Services:

I. INTRODUCTION:

The mission of the Veterans Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility Engineering Service (FES) intends to partner with an A/E Firm on a project to renovate the EMS Washroom located on the Basement level of Building 1, John Cochran Division, St. Louis, MO 63106. The renovation will address and correct several poor Facility Condition Assessments, FCAs.

The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, FES expects the following primary A/E disciplines to be included: Supervisor, Architectural, Mechanical, Electrical, and a VPIH.

II. SCOPE OF CONSTRUCTION PROJECT:
Existing Conditions: The EMS Washroom is in the basement of B1 at the John Cochran VA facility. The entire building houses the main hospital for the John Cochran Division. The existing washroom is comprised of porous concrete block and does not have proper ventilation. The wall construction is conducive to mold growth and was not constructed in accordance with modern building techniques for its use. This project will create a proper environment for the space use, provide a temporary space for the Service while the Project is under construction, as well as replace the aged roof above the space.

a. The existing EMS Washroom includes:
Rooms A029 & A029A

Project Intent:
Demolition:
Remove peeling wall & ceiling paint
Remove existing exhaust fan
Remove existing roof and prepare for new

b. Replace roof #R14
c. Create opening in exterior wall. Support opening, seal & apply appropriate cover as required for weather tightness.
d. Construct a concrete basin at the existing floor drain including a new concrete curb to prevent water from running into main room. Slope floor in basin toward drain.
e. Clean concrete floors and seal.
f. Infill holes in concrete block wall leading to adjacent plenum space.
g. Remove finish from concrete block walls, concrete ceiling and seal.
h. All systems and finishes should be compatible with the high humidity environment.
i. Electrical: Provide wiring and switching to new exhaust fan location.
j. HVAC: Replace existing exhaust fan with new unit adequate for the needs of the room. Provide exhaust duct to exterior per code.
III. SCOPE OF WORK FOR A/E:
Design Development:

The A/E shall make investigations necessary to thoroughly evaluate the area. All designs shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C.

Upon completion of initial field survey and assessment, provide a comprehensive report of existing conditions and findings to VASTLHCS Facility Engineering Service. Report will include initial cost estimate for all work included in the FCA - Renovate EMS Wash Room, JC project. This report will be considered the Design Narrative as referenced in B5 DESIGN REVIEW AND COMPLETION SCHEDULE below.

Construction Document:

a. After the VAMC approves the A/E's design development, the A/E shall prepare construction documents necessary to accomplish the approved design development.

b. As part of the 100% design submission, the 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.

c. The final design documents from a resultant task order will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting.
Construction Period Service: The A/E shall perform construction period services as detailed later in this scope of work.

Functional Product:
It is important to emphasize that the A/E shall perform design development and detailed design work, and prepare detailed construction documents, keeping in mind that the end result is a completely functional and fully operational system.

VPIH Survey: The A/E Firm will complete a survey, to include testing, identifying any and all asbestos and lead containing materials within the project area. This project will remove all lead and asbestos in areas being renovated.

All spaces within the scope of work must be designed according to applicable codes and standards.

The A/E shall submit a design narrative (15%) and design plans (35%, 65%, 95%, 100% Contract Docs for Bidding, and Release for Construction Set) specifications, submittals schedule, estimates and other documentation in accordance with the B4 DESIGN DELIVERABLES section of this Supplement B. The construction work will be performed under a separate Firm-Fixed-Price contract awarded by the VA. As a result, the Construction Documents must conform to the estimated Total Construction Cost Price, not including any contingencies, and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site.

The A/E will also participate in the VASTLHCS Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logistical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the A/E pursuant to, and inclusive of, the Construction Documents.

Prior to submittal of a response to this proposal the A/E shall meet with the Contracting Officer s Representative (COR) at the proposed project site to review the scope of services and the project goals. The COR will provide A/E with a copy of the portions of the latest Facilities Condition Assessment (FCA) applicable to this project. This can occur at the same time as the project Kickoff Meeting.

Overall site plans will be provided as a Reference Drawing with Room Numbers showing the areas within the project boundary.

The C&A requirements do not apply, and that a Security Accreditation Package is not required.

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: 657-21-110JC FCA-Renovate EMS Washroom, JC for St Louis VA Medical Center John Cochran Division, 915 N. Grand Blvd., St. Louis MO. 63106 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 St Louis VA Medical Center John Cochran Division, 915 N. Grand Blvd., St. Louis MO. 63106. 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
  • Dec 08, 2022 11:02 am 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 >