Indiana Bids > Bid Detail

C1DA--AE Renovate Building 15 610-24-102 Request for SF 330s

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159928694253821
Posted Date: May 16, 2023
Due Date:
Source: https://sam.gov/opp/b9a7cd9f7a...
Follow
C1DA--AE Renovate Building 15 610-24-102 Request for SF 330s
Active
Contract Opportunity
36C25023R0164
Related Notice
Contract Line Item Number
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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 (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 16, 2023 08:58 am EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 21, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    VA Northern IN Healthcare System Marion Campus Marion , IN 46953
    USA
Description

This Architect/Engineer procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms located within a 200 mile radius of the VA Northern Indiana Health Care System - Marion Campus, 1700 E 38th St, Marion, IN 46953. This requirement is being procured in accordance with the Selection of Architects and Engineers Statute as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $25.5 Million. The Architect/Engineer (A/E) firm shall furnish professional services for 100% design to 610-24-102 Renovate Building 15, Marion at VA Northern Indiana Health Care System, Marion Campus, 1700 E. 38th Street, Marion, IN 46953. The design will include Schematic Design, Design Development, Construction/Bid Documents per the A/E Design Submission Instructions Document, Construction Administration Services, Technical Specifications and Cost Estimates. The Renovate Building 15, Marion project shall be designed to accommodate the following functions based on the guides, manuals, and planning criteria: The A/E design firm shall furnish all necessary architectural and engineering resources to provide all necessary modification and additions to the VA NIHCS existing building structure. mechanical, electrical, information technology, fire suppression, and plumbing work as necessary for a functional design. A/E design firm shall address the following: The design program includes the following: 1st Floor OIT Administration Offices OIT Support Staff Offices 2nd Floor Administrative Space Special items to consider for this project: Locations of IT closets and electrical closets should be designed to stack with other floors. Existing abandoned elevator shaft is to be demolished and converted to conditioned space to be utilized in the redesign of Building 15. The Schematic Design shall include a comprehensive study, inspection, and report of the existing project area conditions, which shall include all utilities and building components such as HVAC, electrical, architectural components, plumbing, fire protection, information technology, asbestos, etc. The project is to provide all necessary modification and additions to the VA NIHCS existing building structure. mechanical, electrical, information technology, fire suppression, and plumbing work as necessary for a functional design. The A/E is to match existing utilities such as fire alarm, card reader access, camera systems, etc. A/E shall develop a design and plan to replace the existing through-wall PTAC air conditioners with a ducted HVAC system serving the entire building. A/E shall provide a preliminary construction duration time for planning purposes. This information shall be communicated to all bidders for their review and inclusion within their bids. It shall be communicated within the bid documents that the contractor will be required to review and provide any concerns regarding the projected construction duration. Phasing shall be incorporated into the design to ensure that the staff and the Veterans can travel between Building 16 and Building 124 throughout construction. The A/E shall provide renderings throughout the design with final renderings to be provided at the 100% Design Phase to be utilized for a construction sign and facility presentations to stakeholders. The A/E shall provide a signage and wayfinding plan for the recently renovated area to include wayfinding maps that will be incorporated into the signage. A/E shall develop and provide schedules of equipment and furniture necessary to activate and operate the room/areas located in the project area. Schedules will be shared with the VA in an excel format as well as provided with the construction drawings broken down to assist with activation of the space. The A/E will coordinate with the facility for the requirements items to be reused on the project. The A/E shall submit this project for all required Section 106 compliance including SHPO review. The Marion VA in considered an historic campus. The A/E firm will provide Certified Industrial Hygienist services for this project the CIH will perform the following tasks: Establish background levels before abatement begins by collecting background samples. Retain samples for possible TEM analysis. Preform continuous air monitoring, inspection, and testing outside the regulated area during abatement work to detect any faults in the regulated area isolation and any adverse impact of the surroundings form regulated area activities. Preform unannounced visits to spot check overall compliance of work within the contract/specifications. These visits may include any inspection, monitoring, and testing inside and outside the regulated area and all aspects of the operation except personnel monitoring. Provide support to the VA representative such as evaluation of submittals from contractor, resolution of conflicts, interpret data, etc. Preform, in the presence of the VA representative, final inspection and testing of a decontaminated regulated area at the conclusion of the abatement to certify compliance with all regulations and VA requirements/specifications. The VA will provide the A/E the results of the most recent facility asbestos inspection report. The A/E will use this report and their inspections to determine areas to be remediated. The abatement of all asbestos in the area shall be included in the design. A/E will be responsible for complete functional design and provide biddable documents meeting all the requirements. The VA Technical Information Library (TIL) available at http://www.cfm.va.gov/til/index.asp is managed by the VA Office of Construction and Facility Management. It is the master repository for all VA Numbered Standards for Construction to include design and construction specifications, procedures, standard details, BIM/CAD standards, equipment guides, space planning and design guides. The documents of the TIL shall be the minimum design criteria for all VA projects performed in the construction of new facilities and the modernization, alteration, addition, or improvement of its real property. VA additionally through the documents on the TIL has adopted the latest edition of the following codes and standards (but not limited to): Occupational, Safety and Health Administration (OSHA) Standards International Building Code (IBC) National Electrical Code (NEC) NFPA 101 Life Safety Code National Fire Protection Association (NFPA) Codes, except for NFPA 5000 and NFPA 900 National Standard Plumbing Code (NSPC) Safety Code for Elevators and Escalators, American Society of Mechanical Engineers (ASME) A 17.1 ASME Boiler and Pressure Vessel Code ASME Code for Pressure Piping International Plumbing Code (IPC) Architectural Barriers Act Accessibility Standard (ABAAS) for Federal Facilities Building Code Requirements for Reinforced Concrete, American Concrete Institute (ACI 318 2) and Commentary (ACI 318 R2) Manual of Steel Construction, Load and Resistance Factor Design Specifications for Structural Steel Buildings, American Institute of Steel Construction (AISC) Energy policy Act of 2005 (EPAct)Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1 DOE Interim Final Rule: Energy Conservation Standards for New Federal, Commercial and Multi-Family High-Rise Residential Buildings and New Low-Rise Residential Buildings, 10 CFR Parts 433, 434 and 435 Federal Leadership in High Performance and Sustainable Buildings: Memorandum of Understanding (MOU) Executive Order 13423: Strengthening Federal Environmental, Energy, and Transportation Management The Provisions for Construction and Safety Signs. Stated in the General Requirements Section 01010 of the VA Master Construction Specification Ventilation for Acceptable Indoor Air Quality ASHRAE Standard 62.1 Safety Standard for Refrigeration Systems ASHRAE Standard 15 U.S. National CAD Standard Where conflicts exist between VA adopted codes and standards and the documents on the TIL, the A/E shall bring this to the attention of the VA. The resolution of the conflict shall be made by the authority having jurisdiction for VA to ensure consistency department wide. Designs for construction must produce a complete and usable facility or improvement when constructed. VA policy (VHA Office of Capital Assets Management, Engineering and Support memo Updated Construction Guidance and Expectations dated Sep 12, 2016) requires the A/E to certify that their design (including all bid alternates/bid deducts) is independent of any future construction project. In addition, the A/E must certify that it has produced a design that does not include furniture and equipment that will be procured separately unless directed otherwise by the VA. Equipment that can be part of the design includes those items to meet code requirements for building occupancy, items covered in the VA s Master Construction Specifications (PG-18-1) Divisions 1 through 10, 13 through 26 or 28 through 48, non-IT equipment items covered by Division 27 and items covered by Division Numbers 12 31 00, 12 32 00, 12 34 00 and 12 36 00. The A/E shall submit as part of the Final Bid Documents submittal a signed letter on company letterhead stating the design s independence. A/E shall be responsible to review existing conditions to locations planned for development. Any existing drawings of Building 15 that the has on file at VA NIHCS will be available for review by the A/E for reference only. Access to files shall be coordinated with the COR. The VA will employ a third-party commissioning agent to certify the design and construction meet Federal Mandates. The commissioning authority will verify the performance of the components and systems and, to ensure design requirements are met, develop a commissioning plan, inclusion of commissioning or requirements in construction documents, verification of installation and performance of commissioned systems (testing and system monitoring), operation/maintenance manuals and training, and a commissioning report. The A/E team shall work with the commissioning agent throughout the design and construction process to assure all sustainable objectives are met. All drawings shall adhere to VA project software requirements for Building Information Modeling (BIM) and Computer Aided Design (CAD) available at http://www.cfm.va.gov/til/projReq.asp. BIM software shall be Revit 2020 or the latest version available to VA NIHCS, Marion Campus. The project BIM model minimum requirements shall be developed to include the systems described below as they would be built, the processes of installing them and to reflect record drawing conditions (possibly incorporating into the Marion VAMC Master Record Drawing pending facility expertise). The deliverable model at the DD and CD design phases shall be developed to include as many of the systems described below (but not limited to) as are necessary and appropriate at that design phase. Architectural/Interior Design Square Footage/Volume including Room Names and Numbers Departmental Ownership (By Common Name, Capital Asset Inventory Department Definition and Strategic Capital Investment Program Department Definition) Architectural Schedules Walls and Curtain Wall Sizes, Shapes, and Material Data Doors Windows Louvers Roof Floors Ceilings Vertical Circulation Architectural Specialties and Woodwork Life Safety Information (Fire Extinguishers, Wall Ratings, Door Ratings, Fire Protection/Alarms) General Signage Schedules Furniture Equipment Structural Foundations Shafts and Pits Mechanical HVAC Plumbing Electrical/Telecommunications Power and Lighting Steam Distribution Asbestos/ Hazard Material Info Security System Information (Access Controls, Security Cameras, Panic Alarms, Overhead Paging) Exterior Building Information Other Engineering Data as Required A/E shall develop a phasing plan and develop deduct bid alternates for project award. In accordance with VAAR 836.204(h)(1), the estimated magnitude of the resulting construction price range is estimated to be between $10,000,000 and $20,000,000. Anticipated time for completion of design is approximately 231 calendar days including time for VA reviews. NOTE: A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon as built drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility in order to field verify the owner s existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. Prospective firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. See VAAR Clause 819.7003 for eligibility requirements regarding Service Disabled Veteran Owned Small Business or Veteran Owned Small Business Set-Asides. Federal Acquisition Registrations require that federal contractors register in the Central Contractor Registration (CCR) 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. SUBMISSION REQUIREMENTS: Qualified SDVOSB A-E firms are required to respond if interested by submitting one (1) original 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) In Section H of Part 1 include information regarding the firms estimating effectiveness (estimated costs vs. actual costs), an organizational chart of the firm, a design quality management plan, and past compliance with performance schedules (original design schedule vs. actual design completion time) for each key design project listed in Section F. All submissions shall be made electronically by email. Please send to Jeffery.hairston@va.gov. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 as follows: 1. Professional qualifications necessary for satisfactory performance of required services: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel and any consultants, will be examined. 2. Specialized Experience: Including 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. 3. Professional Capacity: Ability for the firm in the designated geographic area of the project to accomplish the work in the required time. 4. Past Performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement. 5. Geographic Location and Facilities of Working Offices. Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. (In accordance with VAAR 805.207, the geographical area is limited to a 200 driving mile radius of Marion, Indiana). FAILURE TO CLEARLY ADDRESS ALL FIVE LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. Completed SF330s shall be sent to Jeffery.hairston@va.gov . After the evaluation of submissions in accordance with the evaluation criteria listed herein, a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. Award of a Firm Fixed Price contract is anticipated by July/August 2023. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement.





*NOTE: The NAICS was incorrected listed as 541310. The correct NAICS for this project is 541330.*


Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • 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 >