Pennsylvania Bids > Bid Detail

C1DA--595-604 Hospice Addition Minor Design Lebanon, PA (VA-23-00004820)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159379652915132
Posted Date: Apr 13, 2023
Due Date: May 12, 2023
Solicitation No: 36C77623R0100
Source: https://sam.gov/opp/a6a4e4db39...
Follow
C1DA--595-604 Hospice Addition Minor Design Lebanon, PA (VA-23-00004820)
Active
Contract Opportunity
Notice ID
36C77623R0100
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
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) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 13, 2023 06:47 am MDT
  • Original Response Date: May 12, 2023 02:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 19, 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:
    • 541330 - Engineering Services
  • Place of Performance:
    Lebanon VA Medical Center Lebanon , PA 17042-7529
    USA
Description
PRESOLICITATION NOTICE
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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.

1. GENERAL INFORMATION:
Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed price design contract for Architect-Engineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, reports and construction period services for Project # 595-604 the Hospice Addition Minor Design, Lebanon, PA. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 836.6. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.

2. PROJECT INFORMATION
This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Architectural and Engineering and the annual small business size standard is $25.5M. This project requires a full design team to complete this project. The design must be complete and bid-ready no later than 285 calendar days after Notice of Award.
A/E Part One Services (also known as Design Phase) provides a full set of construction documents for the second phase of a multi-phased project to construct a Hospice Unit in a new Community Living Center (CLC) for Veterans with varying disabilities and illnesses (e.g. chronic illnesses requiring nursing home level of care to hospice care at the end of life) that promotes sheltered freedom for patients, ready access to the outdoors, substantial natural light, space for private time as well as therapeutic socialization that is conducive to family visitation and an effective work flow for staff. This is the second phase of a multi-phased project that shall provide 18,000 to 20,000 square feet of functional space. The desired outcome is a community style home with personal residential like living spaces, communal space, and supporting infrastructure.

A/E shall be responsible for providing certified industrial hygiene services to perform asbestos
survey investigations, bulk sampling, development of specifications and drawings, and construction period services as needed. All designs shall be accomplished in accordance with VA guidelines and specifications, and program guides PG-18-1 thru PG-18-17, which are available on the Internet at http://www.cfm.va.gov/til/. A/E shall pay particular attention to Occupational Safety and Health Administration (OSHA), National Fire Protection Association (NFPA), International Building Code (IBC), Environmental Protection Agency (EPA), VA guidance, and VA space criteria - http://www.cfm.va.gov/til/space.asp.

A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project, attendance at prebid, post-award and kick off construction project conferences, review of construction material submittals and shop drawings, approximately thirty (30) site visits during construction (before and after modular trailer placement) to ensure compliance with the design drawings and specifications, re-view of any construction project modifications for cost and technical acceptability, attendance and participation during the final acceptance inspection, preparation of the punch list, commissioning services and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. All Part Two Services are optional line items and will not be exercised at the time of
award.

3. A-E SELECTION PROCESS:
Firms submitting SF 330 s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for evaluation. The selection will be made as follows:
SF 330s will be evaluated in accordance with the primary selection criteria as stated in this pre-solicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3-(c), at least three (3) of the most highly qualified firms will then be notified of the Government s intent to hold discussions. All firms not invited to participate in discussions will be notified at this time.
Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview or in-person interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the primary and secondary selection criteria (if necessary), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions.
A site visit will be authorized for the highest rated firm during the negotiation process. An award will be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made.
4. SELECTION CRITERIA:
Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330.

Primary Selection Criteria: (listed in descending order of importance):

Professional Qualifications:

Professional Qualifications necessary for satisfactory performance of required service.
The architects and engineers on the firm s staff representing the project or signing/
stamping drawings in each discipline must possess a minimum of five (5) years of
experience and are required to be licensed, registered or certified by a US state, the
District of Columbia or a US territory. Provide professional license jurisdiction of
issue and license numbers and/or proof of licensure.

At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Industrial Hygiene, Physical Security, Cost Estimation, Commissioning Agent and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience as applicable to design and construction period services related to the scope
of this project.

Offer must include the following statement of SDVOSB compliance when proposed to perform the work under this requirement:

I [signatory authority] ___________________, [company] __________________,
certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance with 48 CFR 852.219-10.

The information provided in sections C through E of SF 330 will be used to evaluate
this evaluation factor. Do not include this information in section H, unless it is pertinent
to support the information listed in the other sections.

Specialized Experience:

Specialized Experience: the offeror shall demonstrate the firm s specialized experience
and technical competence in the design and construction period services provided
to complete projects requiring skills similar in type (size, scope and dollar value) to
those anticipated for this contract. The project will consist of the design and construction
a new community living center. This project will include residential like spaces
and community areas. Extra consideration will be given for experience with the VA
Small House Model Design, the Green House Project, and the Eden Alternative. Any
provided past performance information on projects should include relevant work that
encompasses the pertinent disciplines involved with this project.

Include no more than five (5), projects that demonstrate relevant experience with projects
that are similar in size, scope, complexity, and experience with these specialized
building types. Designs shall be no more than seven (7) years old with construction
period services being completed within the last five (5) years. Projects submitted that
do not meet this criterion will not be considered relevant. The evaluation will consider
the offeror s experience as the prime firm and any key subcontractors working together
on relevant projects demonstrating familiarity with designing community living centers
with the intent to meet VA Design Guides/Manuals, Master Specifications and other
applicable standards.

The information provided in sections F and G of SF 330 will be used to rate this evaluation
factor. Do not include this information in section H, unless it is pertinent to support
the in-formation listed in the other sections.

Capacity

Capacity to accomplish work in the required time. The evaluation will consider the
firm s ability to meet the schedule of the overall project, as well as the available capacity
of key disciplines to perform the work in the required time. Provide the available
capacity of key disciplines by providing current project workload, inclusive of all projects
awarded by the VA during the previous 12 months and the full potential value of
any current indefinite delivery contracts.

The information for this factor shall be provided in Section H of the SF 330. Please ensure
the capacity applies toward the team/personnel provided in the SF 330.

Past Performance:

Past performance on contracts with Government agencies and private
industry in terms of cost control, quality of work, and compliance with performance
schedules. The past performance will be evaluated for all projects provided in
section F to include a review of Contractor Performance Assessment Rating System
(CPARS). The following information is required for all projects noted in section F:
contract/task order number, project title, prime firm, start date, and completion date.
Evaluations may also include additional performance related from the firm, customer
inquiries, Government databases, publicly available sources, and additional projects in
CPARS

Evaluations will consider superior performance ratings on recently completed projects
as well as the reputation and standing of the firm and its principal officials with respect
to professional performance, general management, and cooperativeness. Also, consider,
as appropriate, the record of significant claims against the firm because of improper
or incomplete architectural and engineering services. Failure to provide requested
data, accessible points of contact, or valid phone numbers could result in a
firm being considered less qualified. All projects provided in the SF 330 must be completed
by the office/branch/individual team member performing the work under this
contract.

All submitted projects must be relevant in size and scope as they relate one or more of
the following factors: Community living center design and construction period service
experience shall be required experience in all submitted projects.

The information for this factor shall be provided in Section H of the SF 330. If there is
no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted.
Please utilize the attached PPQ document. *Completed PPQs should be incorporated
into the SF330 directly. PPQs should not be submitted to VHA PCAC directly. The
PPQs will be counted towards the page limitations for this submission.
Locality:

Knowledge of the locality, to include specific knowledge of
certain local conditions or project site features, such as geological features, climatic
conditions, working with and local construction methods or local laws and regulations.
The information for this factor shall be provided in Section H of the SF 330. Note that
the intent of this factor is to showcase a firm s understanding of the site and locality,
and not where the firm is located and how they would travel to the site. Information
related to the firm s location, shall be provided in section H, under Secondary Selection
Criteria Factor 1.

Construction Period Services:

Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information (RFI s) during the construction period, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meetings between the AE, VA, and contractors, pre-final inspection site visits, generation of punch-list reports, and production of as-built documentation. The information for this factor shall be provided in Section H of the SF 330.

Secondary Selection Criterion*:

Geographic location. Location of the firm, as measured by the driving distance
(miles) between the Offeror s principal business location and the Lebanon VA Medical
Center, 1700 S. Lincoln Ave., Lebanon, PA 17042. Determination of the mileage
will be based on Google Maps (https://www.google.com/maps/dir/).

* The secondary selection criterion is used as a tiebreaker, if necessary, in ranking
the most highly qualified firms following the completion of discussions. The secondary
selection criterion will not be applied when determining a firm s SF 330 submission.

SUBMISSION REQUIREMENTS:
The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications:
Submit ONE (1) SF 330, Statement of Qualifications, via email to the Contract Specialist Robin.Cramer@va.gov. This shall include SF 330 and any applicable attachments.
All responses are due on or before Wednesday, May 13 2023, at 2:00 PM Mountain Standard Time.
The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted.
The subject line of the email shall read: SF 330 Submission; 36C77623R0100 Hospice Addition Minor Design Lebanon, PA
The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp).
The page limitation of the SF 330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations.
A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project.
All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Unique Entity ID; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry.
This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Offers received from other than SDVOSBs will not be considered. Offerors must be verified as SDVOSBs by the U.S. Small Business Administration (SBA) and visible in the Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) at the time of SF330 submission, written response submission, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award.

NOTE: As of January 1, 2023, all SDVOSBs that were previously verified by VA s Center for Verification and Evaluation (CVE) are automatically granted certification by the SBA for the remainder of the firm s eligibility period. The SBA intends to grant a one-time, one-year extension of certification to current SDVOSBs verified by the VA as of the transfer date on January 1, 2023. This additional year will be added to the existing eligibility period of a current participant. New applicants certified by SBA after January 1, 2023, will receive the standard three-year certification period. The National Defense Authorization Act for Fiscal Year 2021 (NDAA 2021) grants a one-year grace period for self-certified SDVOSBs until January 1, 2024. During the grace period, self-certified businesses have one year to file an application for SDVOSB certification and may continue to rely on their self-certification to compete for non-VA SDVOSB set-aside contracts. Self-certified SDVOSBs that apply before January 1, 2024, will maintain their eligibility through the expiration of the grace period until SBA issues a final eligibility decision.

All joint ventures must be SBA verified at time of submission and submit agreements that comply with 13 CFR 128.402 prior to contract award.

All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer shall verify the NAICS code in VetCert. Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission.

SF330 Questions 36C77623R0100 Hospice Addition Minor Design Lebanon, PA All questions shall be submitted to Robin.Cramer@va.gov with the subject line The cutoff for question submission is 2:00 PM MSTT on April 27, 2023. Questions submitted after deadline may not be able to be answered. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities at SAM.gov
SF 330 submissions received after the date and time specified will not be considered. Firms not providing all of the required information may not be evaluated. All information must be included in the SF 330 submission package.
It is the offeror s responsibility to check the Contract Opportunities website at: https://www.sam.gov/content/home for any revisions to this announcement prior to submission of SF 330s.
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 13, 2023 06:47 am MDTPresolicitation (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 >