Mississippi Bids > Bid Detail

C1DA--586-21-700 EHRM Infrastructure Upgrades Design Jackson, MS VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159481150301856
Posted Date: Feb 27, 2023
Due Date: Nov 19, 2021
Solicitation No: 36C77621R0152
Source: https://sam.gov/opp/85092bed93...
Follow
C1DA--586-21-700 EHRM Infrastructure Upgrades Design Jackson, MS VAMC
Active
Contract Opportunity
Notice ID
36C77621R0152
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 27, 2023 01:38 pm EST
  • Original Published Date: Oct 19, 2021 01:35 pm EDT
  • Updated Response Date: Nov 19, 2021 02:00 pm EST
  • Original Response Date: Nov 19, 2021 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 28, 2023
  • Original Inactive Date: Feb 26, 2022
  • 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:
    G.V. (Sonny) Montgomery VA Medical Center 1500 E. Woodrow Wilson Avenue Jackson , MS 39216
    USA
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS 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 FOR, 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
The 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 Design Project 586-21-102 - EHRM Infrastructure Upgrades Jackson for the G.V. (Sonny) Montgomery VA Medical Center at 1500 E. Woodrow Wilson Avenue, Jackson, MS 39216. The A-E shall provide investigative and feasibility design services, schematic design drawings, design development drawings, construction documents, final bid documents, specifications, calculations, cost estimates, narratives, solicitation support services, and construction period services for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facilities infrastructure to allow for the new Electronic Health Record Modernization (EHRM) system.
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, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. 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 (SDVOSB) concerns. The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. A full design team is required to complete this project. The projected award date for the anticipated A-E contract is on or before February 25, 2022.
The anticipated period of performance for completion of design is 144 calendar days after Notice of Award (NOA). The VAAR Magnitude of Construction for this project is between $20,000,000 and $50,000,000.
3. SCOPE OF DESIGN
The scope of this project is to provide the following infrastructure improvements to the G.V. Sonny Montgomery VA Medical Center:
A-E Part One Services (also known as Design Phase Services) for this design project includes site visits, field investigation, studies, and user interviews to prepare drawings, investigative and feasibility design services, schematic design drawings, design development drawings, construction documents, final bid documents, specifications, calculations, cost estimates, and narratives for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facilities infrastructure to allow for the new Electronic Health Record Modernization (EHRM) system. The scope of this project includes, but is not limited to, the following infrastructure improvements: Electrical (electrical panel upgrade, power (normal, emergency)); Bonding; UPS; Building Management System interfaces; assessment for new and upgrades to existing HVAC; reconfiguration, expansion, and renovation of existing space (demo, new construction, finishes, life safety); communication infrastructure (new Data outlets, patch panels, upgrade to Cat 6A cable) in buildings as necessary; physical security upgrades; assessment and upgrade of fiber infrastructure backbone campus-wide, within buildings and between buildings; and hazardous material abatement. Project Building locations include: Main Buildings 1, and Clinical Addition 2,
A-E Part Two Services (also known as Construction Period Services) for this design project includes responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project; attendance at pre-bid, post-award, and commissioning kick off construction project conferences; review of construction material submittals and shop drawings; approximately 2 site visits per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications; preparation of site visit reports; coordination with project commissioning requirements; review of any construction project modifications for cost and technical acceptability; attendance and participation during the final acceptance inspection; preparation of the punch list; 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. The A-E shall review the Contractor s requests for information and cost proposals for construction change orders when requested by the COR. The A-E s reply regarding the review of cost proposals and recommendations shall include an independent breakdown of costs in detail, quantities, and unit prices and shall cover both additions and deductions of labor, materials, and equipment. The A-E shall also supply cost estimates as requested by the COR for Request for Proposals for anticipated changes.
The A-E shall be professionally licensed in any state in the United States. The A-E is responsible for all services to complete the deliverables listed in the Statement of Work (SOW) (See AE Design SOW EHRM Infrastructure Upgrades Jackson Final). The deliverables outlined in the SOW are inclusive of the following: Quality Assurance/Quality Control Plan, Basis of Design (10%), Schematic Design (35%), Design Development (65%), Construction Documents (95%), Final Bid Documents (100%), Solicitation Support Services, and Construction Period Services. The deliverables schedule can be found in the SOW.
Please note that the 144 calendar-day period of performance for the design completion begins with the issuance of the Notice of Award (NOA) and that a Notice to Proceed (NTP) will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project.
4. A-E SELECTION PROCESS
Firms submitting SF 330s 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 initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the provided SF 330s and determination of the highest rated firms. A minimum of three of the highest rated firms will then be shortlisted and invited to continue with Phase II of the process. All firms not shortlisted will be notified at this time. Phase II consists of written responses for the shortlisted firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for the written responses will be notified by email of selection and provided further instructions as well as all evaluation criteria requirements. After the written responses are received, the firms will be evaluated and the highest rated firm will be selected and sent the solicitation, and negotiations will follow. A site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the written responses and successful negotiation of rates and fees for the project, and not the SF 330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made.
Please note that during the evaluation of the written responses, the prior evaluation of the SF 330s will not be taken into consideration as they shall be considered separate evaluations.
5. PHASE I SF 330 SELECTION CRITERIA
The following are listed in descending order of importance:
Primary Selection Criteria:
Professional Qualifications: Professional Qualifications necessary for satisfactory performance of required service. The design firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located.
Key positions and disciplines required for this project include, but are not limited to: Architect (LEED certified), CADD Technician, Registered Communications Distribution Designer (RCDD), Estimator, Civil Engineer, Electrical Engineer, Environmental Engineer, Fire Protection Engineer, Industrial Hygienist, Mechanical Engineer, Plumbing, Project Manager, Quality Assurance, Structural Engineer, and Physical Security Specialists. The lead key personnel in each discipline must be registered professionals but do not have to be registered in the particular state where the project is located.
Offer must include the following statement of SDVOSB compliance when submitting the personnel 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 and technical competence in the design and construction period services provided for network infrastructure installation, renovations, or upgrades. Include no more than six Government and private experience projects similar in size, scope, and complexity. Projects should include fiber optics, data cable, electrical upgrades, uninterruptable power systems (UPS), bonding, building management systems/building automation systems (BMS/BAS), HVAC, IT room renovation or relocation, Data Centers/Server Rooms, and physical security upgrades. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, sustainable design practices, and specialized building types requiring physical security measures. The evaluation will 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.
The information provided in sections F and G 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.
Capacity: Capacity to accomplish work in the required time. The evaluation will consider the firm s ability to meet the compressed 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 information from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS.
Evaluations will consider superior performance ratings on recently completed VA 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.
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. *PPQs should not be submitted by the evaluator to VHA PCAC directly. Completed PPQs must be incorporated into the SF 330 submission. PPQs will be counted toward the page limitation 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, 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 - Geographic Location.
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 (RFIs) 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 A-E, 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 Criteria:
Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the G.V. (Sonny) Montgomery VA Medical Center. Determination of the mileage will be based on Google Maps (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 the SF 330 evaluations. The secondary selection criterion will not be applied when determining a firm s SF 330 submission Excellent, Acceptable, Good, Marginal, or Unacceptable.
The information for this factor shall be provided in Section H of the SF 330.
6. PHASE II WRITTEN RESPONSES SELECTION CRITERIA
In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The selected firms will be invited to present their written responses to predetermined questions via email to the A-E Technical Evaluation Board. The instructions for the written responses will be provided to the selected firms only. Each selected firm will be evaluated based on their responses to the evaluation criteria. The highest-ranked firm will be selected based on their ratings from the written responses. The previous ratings from the SF 330 evaluations are not applicable during Phase II.
Below are the evaluation factors for the written responses. All factors listed are of equal importance.
Proposed Management and Coordination Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase and prior to each submission. Describe strategy for control of estimated cost and solutions for anticipated problems. Discuss proposed design team and their specific strengths and experience that make them the best fit for this project. Discuss how the design teams will work together, and with the VA, to keep this design on schedule, within budget, and compliant with VA design requirements.
Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the number of site visits needed for this specific project (address both design phase site visits as well as CPS visits). Discuss ability, familiarization, or experience with VA design guides and directives and their interpretations and application to this design. Describe plans with this project to ensure VA requirements are kept current, and specified equipment will be TRM approved.
Proposed Approach to Design Development: Discuss plan to ensure specifications and drawings are well edited, accurate, all inclusive, and in coordination with each other. Discuss approach to evaluate existing site conditions and ensure new work will not conflict with existing work.
Expectations for VA A-E Collaboration: Discuss what expectations the A-E firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product.
7. SUBMISSION CRITERIA/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 Contract Specialist Zachary Penhollow at Kara A. Evert at Zachary.Penhollow@va.gov. This shall include Parts I and II and any applicable attachments.
The SF 330 submission is due by 2:00 PM ET ON FRIDAY, NOVEMBER 18, 2021.
The SF 330 shall be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted.
The subject line of the email shall read: SF 330 Submission - 36C77621R0152 EHRM Infrastructure Upgrades - Jackson.
The submission must include the SF 330, Architect-Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp).
The SF 330 submission shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents, and Part II of the SF 330 Form will NOT count toward the page limitation.
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 SF 330 document. PPQs should not be submitted by the evaluator directly to VHA PCAC.
In addition to the SF 330 submissions, firms must provide a second accompanying document that includes the following information (the accompanying document will not count toward the page limitation of the SF 330):
Cage Code
Dun & Bradstreet Number
Tax ID Number
The email address and phone number of the Primary Point of Contact
A copy of the firm s Vet Biz Registry
All questions shall be submitted to Zachary.Penhollow@va.gov with the subject line Jackson EHRM Question - 36C77621R0152. The cutoff for question submission is 2:00 PM ET ON TUESDAY, NOVEMBER 2, 2021. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities at https://beta.sam.gov/.
NOTE: 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. All SDVOSBs must be listed as verified by the VA s Center for Verification and Evaluation (CVE). Offerors must be verified by CVE and visible in the Vendor Information Pages (VIP) database (http://www.vetbiz.va.gov/vip/) at the time of SF 330 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.
All prime firms are required to meet the NAICS code requirement specified for this project. The Contracting Officer shall verify the NAICS code in VIP and/or the System for Award Management (SAM). Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission.
All Joint Ventures must be CVE verified at the time of SF 330 Submission, Written Response Submission, and Award and must 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. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing 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://beta.sam.gov/ for any revisions to this announcement prior to submission of SF 330s.
Attachments/Links
Attachments
Document File Size Access Updated Date
PPQ - Jackson EHRM.docx (opens in new window)
104 KB
Public
Oct 19, 2021
SOW Att 11 - COVID-19 Safety Protocols for Federal Contractors.pdf (opens in new window)
319 KB
Public
Oct 19, 2021
SOW Att 10 - XMatrix - EHRM Infra Jackson.pdf (opens in new window)
231 KB
Public
Oct 19, 2021
SOW Att 09 - SitePlan Model - EHRM Infra Jackson.pdf (opens in new window)
69 KB
Public
Oct 19, 2021
SOW Att 08 - VHA Directive 1061 - Legionella - EHRM Infra Jackson.pdf (opens in new window)
584 KB
Public
Oct 19, 2021
SOW Att 07 - Seasonal Influenza with Vaccines - EHRM Infra Jackson.pdf (opens in new window)
2 MB
Public
Oct 19, 2021
SOW Att 06 - PG-18-15- Vol C - AE Submission Reqs - EHRM Infra Jackson.pdf (opens in new window)
477 KB
Public
Oct 19, 2021
SOW Att 05 - 01 32 16.01 EHRM AE CPM Schedule Specs - - EHRM Infra Jackson.pdf (opens in new window)
132 KB
Public
Oct 19, 2021
SOW Att 04 - Sensitive Infra Data Classification - EHRM Infra Jackson.pdf (opens in new window)
492 KB
Public
Oct 19, 2021
SOW Att 03 - HEFP SEP Design Alerts 1-6.pdf (opens in new window)
999 KB
Public
Oct 19, 2021
SOW Att 02 - 00 VA OEHRM Site Infra Reqs v2.0 - EHRM Infra Jackson.pdf (opens in new window)
3 MB
Public
Oct 19, 2021
SOW Att 01 - VHA Req Div 01 Spec Sections - EHRM Infra Jackson.pdf (opens in new window)
106 KB
Public
Oct 19, 2021
AE Design SOW - EHRM Infrastructure Upgrades - Jackson - Final.pdf (opens in new window)
244 KB
Public
Oct 19, 2021
36C77621R0152.docx (opens in new window)
32 KB
Public
Oct 19, 2021
file uploads

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 >