United States - C--644-19-003 Campus Optimization Study on Inpatient Beds Request for SF 330 packages

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
23 August 2019
Opportunity publication date
25 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 24, 2019 4:30 pm

Call for SF 330s

Campus Optimization Study on Inpatient Beds, Project 644-19-003

Solicitation Number 36C25619R0062

CONTRACT INFORMATION: General. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work.

The NAICS Code for this acquisition is 541330 Architectural Services and the applicable Small Business Size Standard is $15M. The area of consideration is NOT RESTRICTED to a driving radius of the Carl T. Hayden Medical Center, 650 E. Indian School Road, Phoenix, AZ 85102 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. However, location in the general geographic area will be a portion of the selection criteria. Note: The driving radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option).

In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor.

Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://www.sam.gov and the Vendor Information Pages database at http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of

$150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award shall result in elimination from consideration as a proposed contractor.

SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns.

Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design.

The magnitude for construction (not design) of this project is between $10,000,000 and $20,000,000.

SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602 Selection of Firms for Architect Engineering Contracts. The completed SF 330 will be evaluated by the Phoenix VA Medical Center Evaluation Board and the selection report shall serve as the final selection list which will be provided directly to the Contracting Officer.

Step/Round 1: Evaluation of capability Generic Criteria:

-Professional qualifications necessary for satisfactory performance of required services; as demonstrated by experience working in Healthcare facilities, professional registration and experience of employees providing consulting services in a similar setting.

- Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; as demonstrated by a minimum of 3 similarly sized and complex projects in the same or reasonably similar subject area, successfully completed within the past 3 years.

-Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; as demonstrated by CPARS ratings, past performance questionnaires, and references.

-Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; as demonstrated by the ability to adequately provide resources to the project as required.

- Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

- Record of significant claims against the firm because of improper or incomplete architectural and engineering services.

- Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

Step/Round 2: Presentation and evaluation relative to this specific project (to be held only with the most qualified firm)

- Knowledge and understanding of this specific project's requirements; as demonstrated by their understanding of the required outcomes, limitations working within our facility, understanding of the local market conditions, and understanding of the VA Construction contracting requirements, as demonstrated by:

Demonstrated history of value-added projects and provisions;

Quality Control processes and methods

- Creative applications, proposed effective solutions and other project specific opportunities that demonstrate effective benefit for the agency; as demonstrated by the depth of understanding of opportunities, tradeoffs and potential solutions provided by the team.

- Capacity to accomplish the work in the required time; as demonstrated by the proposed project team and their availability relative to the timeframe of this project, as demonstrated by:

Project Lead Manager project-specific expertise and availability

Salient supporting subconsultants task-specific expertise and availability

Overall team composition - breadth and relevant relative experience

SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (July 2016-deviation). All original Standard Form (SF) 330 packages shall be submitted to:

All original Standard Form (SF) 330 packages and Narrative Information shall be submitted via email [as mentioned below in paragraph (c)] to:

Andrew.anderson@va.gov Contract Specialist

James.larson2@va.gov COR

Richard.casey@va.gov COR

(c) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25619R0062. 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.

(d) Firms that meet the requirements listed in this announcement are invited to submit the completed SF 330 including Parts I and II as described herein, to the above email address no later than 3:00 P.M. AZT on Friday August 23, 2019.

Only E-MAIL SUBMISSIONS Will ACCEPTED. Late

proposal rules found in FAR 15.208 will be followed for late submittals.

(e) Interested firms shall address each of the Selection Criteria in their SF 330 s and additional documents/submittals.

THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.

PROJECT INFORMATION:

Campus Bed Optimization Study

Project No. 644-19-003

Carl T. Hayden Medical Center

650 E. Indian School Road

Phoenix, AZ 85012

OBJECTIVES:

The objective and deliverables of this project are segmented into 2 stages. The results of the earlier deliverable relating to the long term care may end up substantially influencing the remainder of the planning, therefore this section is required to be completed prior to moving beyond the long term care requirements.

Objective A: Long Term Care - Community Living Center (120 beds):

The primary objectives for this portion of the project is to help determine which will be the most effective manner in which to proceed to meet the needs for long term care aka Community Living Center, in accordance with the Small House Design Guide (PG-18-12 Small House Model Design Guide 2018-07).

This portion of the effort will take the VA through the completed Type A services for up to different 3

Community Living Center concepts.

The AE shall provide a minimum 5 alternatives through this portion of the Design Development Study. Based on the outcome of this exploratory effort, up to 3 alternatives will be taken through the full Design Development process, including validation of availability of all required utilities.

The currently identified need is 120 beds for this service. Provide an initial and life-cycle cost comparison to evaluate at a minimum the following 3 options to meet the 120 bed requirement:

1) Complete gut of the existing structure and rebuild / enhance the current structure

2) Complete demolition and rebuild, generally within the current footprint

3) Greenfield construction at an alternative location within our campus.

As none of these options may be within the VA s assumed budget of $20M, the contractor must also evaluate the following 2 options:

1) Provide as many beds as possible that meet the current design requirements within the existing structure + whatever additional structure can be added within this $20M cap

2) Provide as many beds as possible that compromise the current design requirements within the existing structure + whatever additional structure can be added within this $20M cap. A quantity of beds / quality of facility table of tradeoffs must be included as part of the narrative, providing guidance to the facility as to what tradeoffs are required for what increased bedcount.

The overall budget for this CLC portion of the study is capped at $20M with construction intended to begin in 2020. The optimal design will meet a base-level well within the intended construction budget and provide additional alternatives that will greatly enhance and add value to the project as construction costs permit.

Objective B: Inpatient / Mental Health beds (120 beds):

The VA s current inpatient beds are segmented as follows:

Substance Abuse Residential Rehabilitation Treatment Program - SARRTP (24 beds)

These beds currently reside in the Bright Building, Building 31 and will not be analysed for relocation, but will be included in the 310 bed total.

Intensive Care Unit - ICU (20 Beds)

The ICU is currently located on ward 3C and was designed for 20 beds. One bed is currently being removed for accessibility to the lobby of the new patient elevator, leaving 19 active beds. These beds will not be analysed for relocation, but will be included in the 310 bed total.

Med/Surge (98 Beds)

The current plan is to create standardized layouts for each of the C and D towers, with each C tower ward providing 18 single beds, and each D tower ward providing 22 Single beds. Wards 2C, 4C, 4D, 5C, 5D in the main bed tower would all become Med/Surge beds.

The VA s current Mental Health beds are segmented as follows:

Mental Health (48 beds)

Mental health is currently provided on wards 5C (xx beds), 5D (xx beds). The current plan for Mental Health is to construct a 2 story, 48 bed (with planned future expansion to 6 stories xx bed stand-alone Mentalk Health facility.

PERIOD OF PERFORMANCE

The delivery date for this contract shall be 180 days from Notice to Proceed. Performance time to include VA review of each submission as identified.

LOCATION

Carl T. Hayden Medical Center

650 E. Indian School Road

Phoenix, AZ 85012

TERMS OF THE SOLICITION

The term responsibility , used in the instructions that follow, included architectural and engineering design, cost, schedule and construction responsibility for completion of this project in accordance with the documents of this RFP. It is the responsibility of the Design Offeror of A/E to provide complete Design Documents (drawings and specifications) for a fully functional project Omissions in this RFP and Technical Requirements do not relieve the Design Offeror from providing a complete and fully functioning project as outlined.

The terms Design Team , Design Offeror , or A/E refers to the successful design team. The design team shall consist of a CVE verified Service-Disabled Veteran-Owned Small Business architectural/engineering firm and all associated consultants and subcontractors.

The term Design Team or engineer refers to registered Architects and Engineering professionals licensed/registered.

The terms work and project refers to the all site investigation, site survey, calculations, testing and design for documents to construct the subject project.

The term VA refers to the United States Department of Veterans Affairs and the term PVAHCS refers to the Phoenix Veterans Affairs Health Care System in Phoenix, AZ.

The VAMC Coordinator or COR (Contracting Officer s Representative) for this project is; Richard Casey at 602-277-5551 x 6431, richard.casey@va.gov

The CO (Contracting Officer) for this project is John Kamerer at 520-629-4613 john.kamerer@va.gov.

QUALITY ASSURANCE/QUALITY CONTROL (QA/QC)

The Design Offeror or A/E shall develop, execute and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. The A/E shall provide an outline of the actions the firm will take during the design process to ensure a quality finished design is achieved.

COST ESTIMATE

A detailed estimate of construction cost (using RS Means, Cost Works) and Market Study/Survey shall be provided with each design submission. Emphasis shall be placed on cost and scope management. The design shall be within the project construction budget and be consistent with the identified project scope. The development of construction documents by the Design Team shall include deductive alternates, up to 20% of the project cost estimate.

DRAWINGS

This project will utilize AutoCAD, version 2017 and BIM. All VA design guides and requirements can be found online at: http://www.cfm.gov/TIL/. Where conflicts occur between VA standards and model codes, the most stringent shall govern.

SITE AND TOPOGRAPHY SURVEY

Not used

GEOTECHNICAL SURVEY

Not used

UTILITY SURVEY

Not used

FIRE PROTECTION ENGINEER REVIEW & CERTIFICATION

The A/E shall have the design plans and specifications reviewed by a registered Fire Protection Engineer (FPE) to ensure the design proceeds in accordance with Life Safety Code (LSC) and applicable National Fire Protection Association (NFPA) codes. The FPE s review comments shall be provided along with each design submittal starting with the 50% Design Development drawings. With the Final 100% Construction Documents submittal, provide a FINAL certification letter from a registered FPE stating the FINAL plans and specifications are in compliance with the current LSC and NFPA codes.

SEISMIC DESIGN

In accordance with the VA s manual for Seismic Design Requirements (H-18-8), as applicable.

PHYSICAL SECURITY & BLAST DESIGN

The design shall be in accordance with the Physical Security Design Manual for VA Facilities, Life-Safety Protected Facilities.

HANDICAP ACCESSIBILITY

The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 (Barrier Free Design Guide) in all areas.

LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED)

The project will be designed to the LEED Silver level.

COMMISSIONING

Not used

GOVERNMENT FURNISHED INFORMATION

The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL) to be used for this project, as applicable:

PG-18-1 Master Construction Specifications

PG-18-3 Design and Construction Procedures

PG-18-4 Standard Details and CAD Standards

PG-18-5 Equipment Guide List

H-18-8 Seismic Design Handbook

PG-18-9 Space Planning Criteria

PG-18-10 Design Manuals (by discipline)

PG-18-12 Design Guides (graphical, by function)

PG-18-13 Barrier Free Design Guides

PG-18-14 Room Finishes, Door and Hardware Schedules

PG-18-15 Minimum Requirements for A/E Submissions

PG-18-17 Environmental Compliance Manual

H-7545 VA Cultural Resource Management

Physical Security Design Manual for VA Facilities, Life-Safety Protected

DESIGN SUBMISSIONS/DELIVERABLES:

Will be in accordance with the A/E Submission Instructions for Minor and NRM Construction Programs; PG-18-15, Volume C. SEE ATTACHMENT A will be provided to the most qualified firms.

CONSTRUCTION PERIOD SERVICES (CPS): None.

End of Document

Opportunity closing date
23 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Southern Arizona Health Care System United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?