United States - Multi-Discipline A-E Services for VA American Lake, Phase 3 Seismic Corrections

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
06 December 2019
Opportunity publication date
08 November 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Nov 07, 2019 1:10 pm

Multi-Discipline A-E Services for VA American Lake, Phase 3 Seismic Corrections

General Information
Document Type:             Pre-Solicitation Notice
Solicitation Number:       W912DW20R0004
Posted Date:                  7 November 2019
Original Response Date:  6 December 2019
Current Response Date:  6 December 2019
Archive Date:                 21 December 2019
Classification Code:         C219
Contracting Office Address
U.S. Army Corps of Engineers, Seattle District
ATTN: CENWS-CT-A Darrell Hutchens
4735 East Marginal Way South
Seattle, WA 98134
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work.
The services will consist of performing planning, design, and construction support services for the seismic corrections and full renovation of Bldg. 81 (67,968 GSF) and renovations to the adjacent Bldg. 81AC (20,308 GSF). Both buildings are historical medical facilities. Seattle District (NWS) is procuring an Indefinite Delivery Indefinite Quantity (IDIQ) A-E contract for the specific purpose of supporting this requirement.
The Government anticipates that one (1) IDIQ contract will be negotiated and awarded, with a five (5) year base-period and one (1) option period of three (3) years.
The total monetary capacity for this contract is $21,000,000 ($21.0M) cumulative for the eight (8) year contract period. Individual task orders will range in value from a minimum of $2,500 to a maximum of $12.0M.
Work will be issued by negotiated firm-fixed-price task orders. All task orders are subject to availability of funds.
North American Industrial Classification System (NAICS) code is 541330 - Engineering Services.
This announcement is open to all businesses, regardless of size.
The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to where the services will be performed.
To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the System for Award Management (SAM). For information in regard to opening a SAM account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf.
Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220.
2. PROJECT INFORMATION: A-E services are required for planning, design, and construction support services for the seismic corrections and full renovation of Bldg. 81 (67,968 GSF) and renovations to the adjacent Bldg. 81AC (20,308 GSF). Both buildings are historical medical facilities. NWS is pursuing this IDIQ for the specific purpose of supporting this requirement.
Relevant characteristics of Bldgs. 81 and 81AC include:
• Both buildings are located on the Veterans Affairs (VA) American Lake Medical Center, Tacoma, WA.
• Bldg. 81 was built in 1945 and Bldg. 81AC was added in 1998. Coordination with the Washington State Historic Preservation Office (SHPO) will be required.
• Post renovation the buildings will primarily house primary care and radiology.
• Phasing may be required in construction.
• The current ECC is between $100M and $250M. Reference DFARS 236.204 Disclosure of Magnitude.
Key Components of the Design:
• Seismic design will adhere to VA's manual for Seismic Design Requirements (H 18-8). • Space layout and interior partitioning will meet current VA Space Planning Guidelines and optimize patient care and staff efficiency.
• Design will incorporate sustainable design methodology including prescribing the use of recovered materials, achieving waste reduction, along with water and energy efficiencies in design. The project will comply with the VA Sustainable Design and Energy Reduction Manual. This project will be required to attain a minimum of LEED Silver certification. Renewable and innovative energy systems will be required as part of this project.
• Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety system renovations and new construction will meet current codes and standards.
• All structures and utilities will be designed to meet VA criteria as detailed in the Physical Security Design Manual for VA Facilities (January 2015), both Life-Safety Protected and Mission Critical Facilities, as applicable.
• The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Architectural Barrier Act Standards, and PG-18-13 (VA Barrier Free Design Standard) in all areas.
• A detailed estimate of construction cost will be required with each design submission.
Government Furnished Information: A project book (Pre-design Project Definition and Analysis Deliverables) is being completed under a VA contract and will be available upon award.
Work under this contract may include, but not be limited to, any of the following products and activities:
• Medical Facility and Alternatives Planning
• Engineering Studies and Criteria Development
• Full Medical Facility Design
• Technical Review Assistance
• Construction Phase Services
3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. Criteria A through E are primary criteria. Criteria F, G, and H are secondary criteria, and will only be used as ‘tie-breakers' among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation.
PRIMARY CRITERION (A) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the firm demonstrated during the past ten (10) years in the broad range of work required for this contract. Firms will be evaluated based on demonstrated experience and technical competence in the following areas, listed in descending order of importance:
1. Design of seismic retrofits for existing building foundations and structures for medical facilities.
• Designs utilizing non-linear building analysis
• Designs in accordance with DVA H-18-8 Seismic Design Requirements
2. Design of medical facility renovations that require construction phasing (temporary relocation and support of medical functions during the renovation of permanent spaces) and contain one or more of the following:
• In-patient care services and reconfiguration/upgrade of in-patient rooms,
• Medical equipment planning,
• Facility phased planning, to include Interim Life Safety Measures (ILSM),
• Departmental relocation and space upgrades, or
• Upgrade/replacement of medical infrastructure (e.g., plumbing, medical gas and waste systems, life safety systems, communication, and medical equipment power systems).
3. Medical facility design (renovations or new construction) that required integration of multiple systems, to include all or most of the following: HVAC, medical plumbing (to include medical gas and waste systems), fire protection and other life safety systems, and low voltage and communications systems.
Additional considerations (in descending order of importance):
1. Projects in which the Prime/JV and its team subcontractors demonstrated prior project experience working together in prime/subcontractor roles may be evaluated more favorably for this criterion.
2. Project experience at VA medical facilities may be rated more favorably than project experience for other federal government agencies' medical facilities. Project experience at other federal government agencies' medical facilities is more favorable than experience for private sector or municipal medical facilities.
3. Projects renovated under historic preservation regulations may be evaluated more favorably than projects not subject to historic preservation regulations. Additionally, projects in compliance with Washington's State Historic Preservation Office (SHPO) regulations are more favorable than work performed under other state's historic preservation regulations.
4. Project experience applying the Patient Aligned Care Team (PACT) Space Module concepts in existing buildings may be evaluated more favorably.
5. Project experience demonstrating diverse application of seismic retrofit methods and technologies may be evaluated more favorably that demonstrate the designers ability to balance structural requirements, functional area requirements, and departmental needs in existing facilities with limited footprints.
6. Project designs that led to construction and an occupied building may be evaluated more favorably than designs that have not been constructed.
7. Project experience that includes both design and construction phase services (e.g., specialty submittal review, engineering inspections, commissioning, etc.) may be evaluated more favorably.
Firms will be evaluated for experience and competence. The basis of the evaluation will be the information in the SF330, emphasizing Sections F, G, and H of the SF330.
Section F may include a maximum of ten (10) projects completed by the Prime/JV no more than 10 years prior to the SF330 submission date. Projects completed no more than five (5) years prior to the specified submission date may be evaluated more favorably.
For the up to ten completed projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or at a single operating site (dam, etc.). An Indefinite Delivery Contract (IDC) is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site. Project descriptions shall clearly state the extent of work performed by the Prime/JV and team, extent of work completed, and dates of completion.
If the offeror provides a specific task order as its "project," it shall provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its "project," it shall provide the contract number for reference purposes. If the offeror provides more than 10 example projects, only the first 10 examples will be evaluated in the order they are presented in the SF330.
A completed project is defined as one in which the firm has provided a final, constructible design for the project in which it was hired to support.

PRIMARY CRITERION (B) PROFESSIONAL QUALIFICATIONS of the Prime/JV's staff and team consultants to be assigned to this contract. Provide a maximum of two (2) resumes for Key Personnel for the disciplines identified below. If additional resumes are provided beyond the number requested, the Government will review the maximum number requested in the order they are presented in the SF330, and the others will not be evaluated.
Do not generalize professional registrations or certifications, but rather provide specific details. All disciplines, except those noted below, require an applicable professional license, registration, or certification. For the purpose of this criterion, a foreign license, registration, or certification will be evaluated less favorably.
For professional engineering licenses, include the discipline and the state that issued the license.
The education, training, professional registration, proposed job title, and overall relevant experience of key personnel will be considered. Experience is relevant if similar to the specialized experience described in Criterion A.
Where more than one individual (resume) is designated for any discipline, the cumulative qualifications of the two resumes within that discipline will be considered, provided all designated key personnel will be utilized in this contract. An individual can only support one discipline (i.e., an individual cannot submit resumes for multiple disciplines).
This criterion is primarily concerned with the qualifications of the key personnel identified by the A-E and not the number of personnel, which is addressed under Criterion D - Capacity.
Submit resumes in Section E of the SF330 for each of the disciplines below, which are listed in descending order of importance.
1. Project Manager (professional engineer (PE) or registered architect (RA) license may be evaluated more favorably than a PMP certification)
2. Architect (registered architect (RA); demonstrated experience with medical facilities.)
3. Structural Engineer (structural engineer (SE) license from state of WA, OR, and/or CA will be evaluated more favorably)
4. Medical Facility Planner (demonstrated experience with PACT model)
5. Historic Architect (RA; demonstrated experience with historic preservation)
6. Mechanical Engineer (PE; demonstrated HVAC and plumbing experience with medical facilities)
7. Fire Protection Engineer (registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveying (NCEES) and demonstrated experience in design/review of automatic sprinkler and fire alarm systems)
8. Electrical Engineer (PE; demonstrated medical equipment power and low-voltage system experience.)
9. Force Protection Specialist (demonstrated experience with medical facilities)
10. Cost Estimator (nationally recognized cost engineering certification [e.g., AACE CCP or CEP] or PE required; demonstrate MCACES MII software experience)
11. Medical Equipment Planner (demonstrated experience with PACT model)
12. Medical Physicist (demonstrated experience with PACT model)
13. Telecommunications Engineer (PE with RCDD certification may be evaluated more favorably)
The basis of the evaluation will be the information in Sections E, G, and H of the SF330.

PRIMARY CRITERION (C) KNOWLEDGE OF THE LOCALITY of the Prime/JV. The board will evaluate a Prime/JV's familiarity with local conditions, specifically demonstrating (1) knowledge and experience performing renovations in the western Washington seismic zone, (2) knowledge and experience dealing with climatic conditions of western Washington State and (3) experience supporting projects in compliance with the state/local regulatory agencies with jurisdiction over American Lake Medical Center, specifically Washington State Historic Preservation Office (SHPO).
The basis of the evaluation will be the information in Section H of the SF330.

PRIMARY CRITERION (D) CAPACITY of key disciplines. The Board will consider available capacity of key disciplines identified in Criterion B for the Prime/JV to perform work in the required time. The basis of the evaluation will be the information in Section H and Part II of the SF330. Function code (fc) and descriptions must correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions. Where a function code does not exist, the requirement is described by the Government. Responses must be coordinated with Part II, subpart 9, "Employees by Discipline".
The Offeror is required to provide a table summary of the number of personnel for each key discipline, with separate columns for (1) Prime/JV capacity, (2) team subcontractor(s) capacity, and (3) total Team capacity for each key discipline in Section H of the SF330. Capacity will be measured by number of personnel, not percentages or availability. Each key discipline required in the response shall be shown in and coordinated with Part II of the SF330, which requires that each individual employed by the firm be identified by one function code. Part II will be evaluated to determine if the function code capacity and claimed numbers of personnel support the information in Section H.

PRIMARY CRITERION (E) PAST PERFORMANCE on DoD and other contracts (including VA) with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. CPARS is the primary source of information on past performance. CPARS will be queried for all firms submitting an SF330. Each project in Section F of the SF330 shall include project owner's contact information. The offeror may also include past performance information (Past Performance Questionnaires) for the example projects described in Section F. If deemed appropriate by the Selection Board (Board), performance evaluations for significant team subcontractors will also be considered. The Board may seek information on past performance from other sources. If there is any conflict in past performance records, CPARS is the official record.
The Board will first consider the relevancy of each performance evaluation on A-E services contracts to the proposed contract, including the type of work, contractor's performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. Past performance ratings for medical facility projects of similar size, scope, and complexity to those anticipated for the VA mission are considered more relevant. The board will then rate the confidence in the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, and compliance with performance schedules, and the extent to which past projects were performed by proposed key personnel. The end result will be a single confidence rating.
Where no recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the offeror will not be evaluated favorably or unfavorably on the factor of past performance.

SECONDARY SELECTION CRITERIA
The following secondary criteria will only be used as a tie-breaker among technically equal, most highly qualified firms. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The secondary selection criterion are listed below in order of descending importance (the highest level criterion will be evaluated first, and others considered only if required).

SECONDARY CRITERION (F) GEOGRAPHICAL PROXIMITY of Prime/JV and team office to American Lake Medical Center (9600 Veterans Drive Southwest, Tacoma, WA 98493) as measured in miles of driving distance.

SECONDARY CRITERION (G) EXTENT OF SMALL BUSINESS PARTICIPATION The minimum total small business participation goal for this acquisition is 35.0% of the total contract value. In addition, the following goals are suggested for the individual socioeconomic categories and determined to be reasonable based on market research for this requirement. The basis of the evaluation will be the information in Section H of the SF330. Proposal commitments that exceed minimum goals are more favorable for this criterion: (1) exceeds 35% small business participation, (2) exceed minimum percentage by socioeconomic category (in order of preference).

SB Participation
Socioeconomic Category (in descending order of importance)
3% Service-Disabled Veteran-Owned Small Business (SDVOSB)
5% Small Disadvantage Business (SDB)
5% Woman-Owned Small Business (WOSB)
3% Historically Underutilized Business Zone (HUBZone)

SECONDARY CRITERION (H) VOLUME OF DoD A-E CONTRACT AWARDS Responding firms should cite all contract numbers, task orders and modifications, award dates, and total negotiated fees for any DoD A-E contract(s) awarded within the past twelve (12) months to the entire firm (i.e., include awards made to all office locations, divisions, etc.). This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. The basis of the evaluation will be the information in Section H of the SF330.

4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) original hard copy, five (5) copies, and one (1) CD or DVD with searchable Adobe PDF files of the prepared SF330 (08/2016 edition, unless otherwise indicated) for the Prime firm that includes all team consultants.
Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections B and C.
The offeror may also include past performance information (e.g., Past Performance Questionnaires [PPQs]) for the example projects described in Section F. This past performance information may be included as an appendix that will not count toward the total page count limit. A sample PPQ is attached to this synopsis for reference.
The SF330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages if printed on one side, and four (4) pages if printed on both sides. For all SF330 sections, use no smaller than 11 pt. font.
Submittals must be delivered to the following address not later than Friday, 6 December 2019 at 2:00 pm Pacific Time (no faxed or other electronic submittals will be accepted):
EMAIL: Emailed Proposal will NOT be accepted.
FAX: Faxed Proposal will NOT be accepted.
FED-EX/UPS: Darrell Hutchens, Contract Specialist, Building 1202
U.S. Army Corps of Engineers, Seattle District (CECT-NWS)
4735 East Marginal Way S., Bldg #1202
Seattle, WA 98134-2385
MAIL: Darrell Hutchens, Contract Specialist, Building 1202
U.S. Army Corps of Engineers, Seattle District (CECT-NWS)
PO Box 3755
Seattle, WA 98124-3755
Note: Commercial Carriers will not deliver to PO Boxes.
HAND
DELIVERY: Darrell Hutchens, Contract Specialist, Building 1202
U.S. Army Corps of Engineers, Seattle District (CECT-NWS)
4735 East Marginal Way S., Bldg #1202
Seattle, WA 98134-2385
The method of Hand Delivery has changed and takes longer than the previous method. Please allow sufficient time for heightened security at Government installations and to get to our new location in Oxbow Building #1202. Allow time to park, pass through a metal detector, sign in, and receive a building pass at the Federal Center South Building (#1201). From there, you will be directed to the new USACE Oxbow Building (#1202) which sits behind the Federal Center South Building (#1201).
Report to the Security Desk in the lobby of the USACE Oxbow Building and call Sonia Frees, Procurement Technician, at 206-764-3516. A Contracting representative will come down and accept your SF330.
Submit all questions, in writing only, to Darrell Hutchens (Contract Specialist) at Darrell.D.Hutchens@usace.army.mil. Questions must be submitted no later than Monday, 25 November 2019 and must contain the solicitation number in the subject line of the e-mail.
Solicitation packages are not provided. This is not a request for proposal.

Opportunity closing date
06 December 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Seattle 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?