Louisiana Bids > Bid Detail

C1DZ--Expansion for Radiology & Sterile Processing Service (SPS) Design Shreveport VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159195566510188
Posted Date: Feb 7, 2023
Due Date: Feb 23, 2023
Solicitation No: 36C77623R0002
Source: https://sam.gov/opp/237d88a090...
Follow
C1DZ--Expansion for Radiology & Sterile Processing Service (SPS) Design Shreveport VAMC
Active
Contract Opportunity
Notice ID
36C77623R0002
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 07, 2023 02:36 pm EST
  • Original Published Date: Jan 24, 2023 03:16 pm EST
  • Updated Response Date: Feb 23, 2023 02:00 pm EST
  • Original Response Date: Feb 23, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: May 24, 2023
  • Original Inactive Date: May 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Overton Brooks VA Medical Center , LA 71101
    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 # 667-086 Expand Radiology and SPS Minor Design at the Overton Brooks VA Medical Center (VAMC)
located in Shreveport, LA. 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 541310 Architecture Services and the annual small business size standard is $12.5M. *Please note that this standard size has been updated as of December 19, 2022. This project requires a full design team to complete this project.
The design must be complete and bid-ready no later than 365 calendar days after Notice of Award. In accordance with VAAR 836.204, the magnitude of construction of this project is to be between $10,000,000 and $20,000,000.
The Overton Brooks VAMC (OBVAMC) has a requirement to design a project to expand Radiology and Sterile Processing Service (SPS), main hospital (Building #1) South Wing. A 3rd floor South Wing addition is required to relocate and expand SPS (approximately 9,680 SF). A partial 4th floor South Wing addition is required to expand Radiology (approximately 4,240 SF). The existing elevator and stair tower shall be extended to support the new floors. Approximately 810 SF of existing space must be renovated to transition for the adjacent floors. An enclosure (ap-proximately 940 SF) will be required for the HVAC equipment. This contract will provide for complete design (construction documents) and construction period services (CPS).
The design shall be in accordance with the latest editions of all applicable VA Design Guides (e.g. VA OI&T Design Manual, HVAC Design Manual, etc.), and shall meet ASHRAE/SMACNA standards for these types of systems.
During construction, there should be no more than a 4-hour downtime on any utility system, unless approved well in advance by the Contracting Officer s Representative (COR). Phasing of the work may well be required to comply with this requirement and should be considered in the design. There can be no downtime on internet access.
All Part Two Services are optional line items and will not be exercised at the time of award.
The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for the design of this project. The A/E shall initiate a detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of VA Carl Vinson VA Medical Center record drawings and the EHRM infrastructure readiness assessment documents will be made available to the highest rated A/E firm; the A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design. : Expand Radiology and SPS Minor Design at the Overton Brooks VA Medical Center (VAMC).
The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project.
SPS is the unit that processes, cleans, and sterilizes medical instruments and supplies. SPS is currently located in the basement of the main hospital. The current space is inadequate. The complete SPS function shall be relocated to the 3rd floor South Wing. This service is better suited adjacent to the surgical operating rooms currently on the 3rd floor West Wing of the hospital. New spaces to include but not limited to the following functions: Decontamination, Cart Wash (automatic & manual), Sterilization, Scope Cleaning, Medivators, Prep and Pack, Receiving, Breakout, Dispatch, Sterile/Non-Sterile Storage, Staff Locker/Dressing Rooms, Staff Bathrooms, Housekeeping Aid Closets (HAC) and associated utility and administrative support spaces. The new SPS space on 3-South shall be compliant with all current VA Sterile Processing requirements. At each design submission, to include the floor plan development, will include a review by VA s National Program Office for Sterile Processing (NPOSP) for compliance with VA requirements.
The Radiology Service currently occupies the West Wing of the 4th floor in the main hospital. Radiology needs to expand into the adjacent South Wing. The 4th floor addition will include an Interventional Radiology (IR) Suite and associated support space.
The design of the new 3rd and 4th floor South Wing addition shall include extending the existing elevator stair tower to accommodate the new addition and tie-ins to the existing building at the 3rd floor for SPS and 4th floor for Radiology Service. The existing elevator equipment (motors, cabs, controllers, etc.) currently located in the 3rd floor South Wing elevator equipment room shall be relocated to a new 5th floor South Wing elevator equipment room in order to provide for new elevator stops at the 3rd & 4th floors to support Radiology and SPS. Elevator controls shall be tied into the existing elevator monitoring system in the Boiler Plant.
The design team shall provide a comprehensive site investigation and attain a complete understanding of the functional requirements for both the SPS Service and the Radiology Service along with a complete understanding of the existing utility infrastructure and structural systems supporting the new addition. The design team shall meet with each of the Services and develop space programs to meet their needs that are compliant with VA space guidelines/criteria. The design team shall propose floor plans options for VA review, consideration and selection. This is an iterative process. The floor plan options shall consider various alternatives to include the placement and location of the mechanical and electrical systems/components for review. The designer shall consider roof top, interstitial and site proximity options for consideration for placement of the required mechanical and electrical systems/components to maximize the usable space for each of the floors. The design shall also include the siting, placement and design of a new emergency generator to completely support the 3rd and 4th floor additions. Once a floor plan is approved OBVAMC, the designer shall proceed with the 35% design submission.
The design package will facilitate the construct a new modern energy efficient two-story addition to the South Wing, designed to meet LEED Silver requirements and VA Physical Security and Resiliency Design Manual Requirements for Mission Critical facilities as they apply to this addition. The design will address all infrastructure requirements for a fully functioning Interventional Radiology (IR) Suite expansion on the 4th floor of the South Wing and a fully functioning SPS Service relocation and expansion to the 3rd floor of the South Wing. Both floors shall be fully sprinklered. The addition shall include a fire alarm and suppression system per VA standards and NFPA requirements and shall be tied into the stations existing monitoring system. The design shall provide a cost-effective high energy efficient HVAC system and all necessary controls to properly support the function of the space and shall be tied into the existing campus Building Automation System (BAS).
NOTE: Coordinate with the UESC Contractor (Center Point Energy) for compatibility with the new system. The design shall include, but not limited to, phasing, handicap accessibility, signage, wayfinding, landscaping, drainage, electrical, communications, security, HVAC, structural, and all required support utilities and features to adequately support the new space. Design shall be in accordance with all applicable VA design guides, design manuals, and standards. Additionally, this design effort shall include considerations for the future expansion of the 4th floor and determine feasibility for a future 5th floor addition to the South Wing i.e. Structurally capable. The design shall lay out a construction phasing plan to keep the Basement and 1st floor of the South Wing occupied and operational throughout the construction duration. The VA will vacate 2-South at the start of construction but intends to re-occupy 2-South as soon as it is safe to do so in advance of the completion of the 3rd and 4th floor additions.
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 presolicitation 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 an award can be made.
4. PHASE I SF330 SELECTION CRITERIA:
*The order and content of the Phase I factors have been updated. The following are listed in descending order of importance:
Primary Selection Criteria:
Specialized experience and technical competence (section E) in the design of structural additions to existing facilities, Sterile Processing Services and Radiology Services (either as standalone projects or incorporation into new space/renovation projects). Work will include, but not limited to, structural addition to existing facilities, extending elevator stair towers, relocation of elevator equipment (motors, cabs, controllers, etc.), and tie-ins to existing utilities Sterile Processing Service work will include, but not limited to, design of decontamination areas, cart washing stations (automatic & manual), sterilization areas, scope cleaning, Medivators, Prep and Pack areas, receiving, breakout, and dispatch areas, and Sterile/Non-Sterile Storage in compliance with all current VA Sterile Processing requirements. Radiology Service work will include, but not limited to, design of Interventional Radiology (IR) Suite and associated support space. Work will also include networking back bone fiber optics, structured cabling, electrical distribution upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, telecommunication room renovations/expansions/relocations, data center reconfiguration, electronic and physical security upgrades, and all such systems and components as may be necessary to achieve project goals. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control proto-cols, energy conservation and sustainable design practices. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. The evaluation may consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards.
Professional qualifications (section F) 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.
Capacity (section G) to accomplish work in the required time. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded 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 G of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330.
Past performance (Section H and additional pages not counted toward page limitation): on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs, see attached PPQ (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified.

The following information is required for all projects: 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.

Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated
Knowledge of the locality (section H), 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. 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.

Experience in construction period services (section H): for projects similar in scope to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. 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 Overton Brooks VAMC . 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 Highly Qualified or Not Highly Qualified. .
5. PHASE II WRITTEN RESPONSE SELECTION CRITIERIA:
(FOR INFORMATIONAL PURPOSES AT THIS TIME, DO NOT INCLUDE WITH YOUR SUMBISSION): In accordance with FAR 36.602-3(c), discussions will be conducted. The highest-ranking firms will be short listed, and discussions will commence. The format and discussion topics will be provided at the time short listed firms are notified.
6. 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 shardae.webb@va.gov. This shall include SF 330 and any applicable attachments.
All responses are due on or before Thursday, February 23, 2022, at 2:00 PM Eastern Standard Time.
The subject line of the email shall only read: SF330 Submission: 36C77623R0002 - SPS Minor Design Shreveport
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 submission must include the SF 330, Architect/Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp).
The page limitation of the SF 330 shall not exceed a total of FIFTY (50) 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. *Important Note: For this procurement, all PPQs should be completed by the evaluator and returned to the A-E firm. The submitting A-E firm must incorporate completed PPQs into the SF330 document. PPQs should not be submitted by the evaluator directly to VHA PCAC.
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; 6) SAM UEID & 7) DUNS Number.
All questions shall be submitted via email to Shardae.webb@va.gov no later than February 7, 2022, @2:00pm EST. The subject line of the email shall read: Technical Questions; 36C77623R0002 - SPS Minor Design Shreveport, LA , Questions received after the deadline may not receive a response.
NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by VET Biz (www.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF-330 is submitted shall result in elimination from consideration as a proposed contractor.
All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.
SF 330 submissions received after the date and time specified will not be considered. Firms not providing all 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: sam.gov for any revisions to this announcement prior to submission of SF 330s.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • 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 >