Skip to main content

An official website of the United States government

You have 2 new alerts

C211--Request for Information - Seismic Upgrade Project

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Jan 04, 2024 08:22 am PST
  • Original Published Date: Jan 04, 2024 06:31 am PST
  • Updated Date Offers Due: Feb 05, 2024 04:00 pm PST
  • Original Date Offers Due: Feb 05, 2024 04:00 pm PST
  • Inactive Policy: Manual
  • Updated Inactive Date: May 05, 2024
  • Original Inactive Date: May 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Raymond G. Murphy VA Medical Center Albuquerque , NM 87108
    USA

Description

Page 16 of 24 DESCRIPTION Classification Code: C211 Architect - Engineer Services NAICS: 541310 Architectural Services Subject: Synopsis for Seismic Upgrade Architect-Engineer Services for the Raymond G. Murphy Medical Center in Albuquerque, New Mexico Solicitation Number: 36C10F24R0016 Set-Aside Code: Service-Disabled Veteran-Owned Small Business Set-Aside Posted Date: 1/3/2024 Response Date: 2/5/2024 Contracting Office: Department of Veterans Affairs (VA) Office of Construction and Facilities Management (CFM) Attn: Ferdinand Gawaran Contracting Officer, Acquisition Support, Western Region (003C4E) 400 Mare Island Way, Suite 100 Vallejo, CA 94590 Email: ferdinand.gawaran@va.gov TITLE: Seismic Upgrade Architect-Engineer Services for the Raymond G. Murphy Medical Center in Albuquerque, New Mexico GENERAL INFORMATION This contract is being procured in accordance with the Selection of Architects and Engineers statute previously known as the Brooks Act (Public Law (PL) 92-582, as amended, the provisions outlined in Federal Acquisition Regulation (FAR) Subpart 36.6. The North American Industry Classification System (NAICS) code for this action is 541310, Architectural Services, which has SBA size standard of $12.5 million. Choose One NAICS code that represents the majority of the work to be performed. Selected 541310 This procurement is set-aside to Service-Disabled Veteran-Owned Small Business concerns. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. B. Type and Number of Contracts CFM intends to award one firm-fixed-price contract for A-E design services. Contract award is anticipated in the third quarter of Fiscal Year 2024. C. System for Award Management To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov. Firms must register prior to the due date for responses to this synopsis to enable the Contracting Officer's review of SAM Exclusions. D. Service Contract Act Firms are advised that the resulting contract will require that the wages and benefits of listed services employees (see FAR 22.10) be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location, not the location of the work. See http://www.wdol.gov for additional information.In that this requirement is for the award of professional AE design services, what service employees do you anticipate will be providing services? Service Contract Act applies to other than professionals such as secretary and clerk. E. Organizational Conflicts of Interest In accordance with FAR 9.505, the successful offeror from this A-E contract will not be able to participate in the future Technical Support Services A-E contract in support of this project. It is anticipated that an organizational conflict of interest is likely to arise if a firm is awarded both the Design and Technical Support Services contracts. The A-E firm and its consultants / subcontractors are prohibited from competing for the Seismic Upgrade construction contract, in accordance with FAR 36.209. The Project Book A-E firm and its consultants / subcontractors are prohibited from competing for this A-E contract.Should the consultants/sub-contractors also be disqualified from competing or just the prime? In the case of the project book which Anderson Engineering was the prime, it will also disqualify Triple-C, IMEG, CPMI, Oculus, Force Protect, Spack Consulting PROJECT SCOPE The Architect-Engineer (A-E) firm retained will be in support of the U.S. Department of Veterans Affairs, New Mexico VA Healthcare System (NMVAHCS), Raymond G. Murphy Medical Center, Albuquerque, New Mexico. Site is located at 1501 San Pedro Drive SE, Albuquerque, NM 87108. Seismically Mitigate Psychiatry Building 1 (Project No. 501-910) Seismically Mitigate Psychiatry Building 3 (Project No. 501-939) Seismically Mitigate Research Building 10 (Project No. 501-942) Seismically Mitigate Research-Rehabilitation Building 11 (Project No. 501-943) The A-E firm retained must be capable of preparing all design and construction documentation including, but not limited to, advance/master planning, site development, utility infrastructure design, local utility approval, architecture, medical planning, civil engineering, structural engineering including seismic design, mechanical engineering, historic preservation, environmental protection, communication and data engineering, electrical engineering, interior design, landscape design, construction cost estimating and market research, parking and traffic studies, geotechnical investigations and surveying, seismic design for new and existing buildings. The prime A-E should have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architects, Medical Planners, Structural Engineers, Mechanical Engineers, Geo-technical Engineers, Historic Preservation Architects, Environmental Engineers, Communications and Electrical Engineers, Interior Designers, Sustainable Design and LEED Accredited Professionals, and Cost Estimators. Seismic design will adhere to VA's manual for Seismic Design Requirements (H-18-8). As applicable to the level of construction needed to complete seismic repairs, renovation of interior areas to include space layout and interior partitioning will meet current VA Space Planning Guidelines and optimize patient care and staff efficiency. Applicants must demonstrate success in sustainable design including prescribing the use of recovered materials, achieving waste reduction, water reduction, energy efficiency and low energy building design; additionally, the project will comply with the VA Sustainable Design and Energy Reduction Manuals. Renewable and innovative energy systems may be required as part of this project. Mechanical, plumbing, electrical, nurse call, medical gases, and fire and safety systems, etc. will meet current codes and standards. All structures and utilities will be designed to meet VA's criteria as detailed in its Physical Security Design Manual for VA Facilities, both Life-Safety Protected and Mission Critical Facilities. The design will be required to comply with the Uniform Federal Accessibility Standards (UFAS), the Americans with Disabilities Act (ADA) and PG-18-13 in all areas. Required services will include preparation of equipment and furniture plans and schedules, schematics design, design development, and construction documents (both plans and specifications), medical and research equipment planning, site design, and including all appropriate architectural and engineering disciplines, and a firm estimate of construction cost. Design to Cost Limitation: The project will be designed to the Government s total estimated construction cost at award for each separate project this contract provides design for. In accordance with VA Acquisition Regulation 836.204, the estimated magnitude of construction for each project is as follows: Building 1 Between $50,000,000 and $100,000,000 Building 3 Between $20,000,000 and $50,000,000 Building 10 Between $10,000,000 and $20,000,000 Building 11 Between $10,000,000 and $20,000,000 Building Information Seismically Mitigate Psychiatry Building 1 (Project No. 501-910) Building 1 is an Outpatient Healthcare Facility built in 1932. Tenants of the 73,800 square feet, five story (plus Basement level) building include Outpatient Behavioral Health, Voluntary Services, HAS Call Center, Education, and Police/Security. In 2013, only a portion of this building was seismically corrected (basement through floor 2), due to budget constraints. Previous seismic corrections (2013-2015) were not done to the current code. Therefore, the entire building from the basement through the penthouse will need to be seismically addressed. Seismically Mitigate Psychiatry-RCU Building 3 (Project No. 501-939) Building 3 is an Inpatient Psychiatric and Residential Rehabilitation facility built in 1932. Tenants of the 52,200 square feet building includes Inpatient Psychosocial Rehab Recovery, Acute Inpatient Mental Health Beds, and Environmental Management offices. Seismically Mitigate Research Building 10 (Project No. 501-942) Building 10 is a 33,100 square feet Research facility built in 1932. Wet Lab space, offices and an Animal vivarium occupy this two-story building and basement. Seismically Mitigate Research-Rehabilitation Building 11 (Project No. 501-943) Building 11 is a three-level (including basement) Health Services Residential Rehabilitation Treatment Programs (PRRTPs) and Research facility built in 1932. The spaces of this 16,700 square feet facility include Inpatient Residential beds (on the first floor), and newly constructed (and yet to be occupied) Research space on the second floor. CONSTRUCTION METHODOLOGY At this time, it is anticipated that the project will utilize the Design-Bid-Build delivery method. Once a thorough analysis of the user and facility's needs, site constraints, and bidding environment have been completed, the scope and method of meeting those needs may change and require a different delivery method (e.g. utilizing the two-phased design-build method). If it is determined during schematic design development an alternate contracting delivery method (e.g., Design Build) is determined to be most feasible, the VA may request the A-E to develop Request for Proposal (RFP) Documents for design-build project, in accordance with Program Guide PG-18-15, Volume E, and professional reviews. In this scenario, the options for Design Development, Construction Development, and Construction Period Services will not be exercised by the Government. The Government intends to solicit construction services for each building separately. At the Schematic Design 2 Submission, the VA will review submittal to decide whether to proceed unconditionally with the next phase, proceed with conditions, or disapprove / correct and resubmit. If the decision is to proceed with the next phase, the VA will specify the construction methodology for all the buildings (e.g., Design or Design Bid Build for all 4 buildings). CONTRACT INFORMATION Base Contract The base contract items include work associated with the Pre-Design (PD) Planning life-cycle phase, for the four (4) subject buildings, and will include: Conceptual Design, Seismic Requirements Tailoring, and Swing Space Plan Schematic Design 1 (SD-1) Schematic Design 2 (SD-2), Budgetary Estimate (per building) and Project Schedule Options The Government has the option to award additional work associated with Design Development, Construction Documents, and Construction Period Services: Design Development (DD) - Option will be exercised within 90 calendar days following the approval of Schematic Design 2 (SD-2) Documents Construction Documents (CD) - Option will be exercised within 90 calendar days following the approval of Design Development (DD) Documents Construction Period Services (CPS) and other professional servicesWhy is this listed as an unpriced option? When is the CPS to be exercised? Also, whatever "professional services" will be included in the contract should be spelled out and not left vague. Change: CPS and other professional services will be priced options. PM is identifying the surveys and studies for "other professional services". Other professional services identified on Anticipated contract elements 4.0 (Page 12) Medical Center Overview Presentation: All design review meetings will be held at the VA facility in Albuquerque, New Mexico. The A-E shall prepare and deliver a submittal and presentation at the completion of Conceptual Design, Schematic Design, Design Development and Construction Documents. The A-E shall submit minutes of meetings with VA and other VA representatives, as well as for A-E coordination meetings. SCOPE OF WORK Conceptual Design, Seismic Requirements Tailoring Recommendations, and Swing Space Plan The initial scope of work for the Albuquerque project is the Conceptual Design phase which includes Seismic Requirements Tailoring Recommendations report and the initial Swing Space Plan. The purpose of the Conceptual Design is to develop three distinct solutions for meeting the objectives outlined in the Project Book. Each solution must show departmental adjacencies, vertical (stairs and elevators) and horizontal circulation, stacking diagrams, and site placement/access and circulation. Renderings must convey design intent using minimum embellishment. All three concepts must be at the same level of development. VA will select the preferred concept considering the evaluation criteria developed before the Conceptual Design Phase. The A-E firm must prepare an "Albuquerque Seismic Requirements Tailoring Recommendations" report which includes a preliminary architectural requirements report for each building/project. Each element of the design must be addressed in such a manner as to meet the needs of a Seismic Upgrade Project and in accordance with VHA Seismic Program Requirements Guidance "Allowable Scope for Seismic ProjectsIs this a VA reference or what is this referencing? This refers to VHA guidance which will be provided to the most highly qualified AE selected. As Government-furnished information. ", version 4/4/2022. Preliminary Budgetary Estimates should also be included. The A-E firm shall conduct an assessment of the magnitude of work needed to correct seismic deficiencies in relationship to the identified building deficiencies (non-seismic repairsShould there be a list of example deficiencies that the KTR should be evaluating? The VA will provide the Project Book document and noted deficiencies to the most highly qualified AE selected as Government-furnished information. ) to determine the advantages of completing the non-seismic repairs as part of the overall scope of work needed. Given the magnitude and invasiveness of the seismic repairs needed, recommendations should be made as to when it would be cost effective to include the non-seismic repair as part of the scope of work. The assessment to include non-seismic work should take into consideration factors such as costs to include swing space requirements, establishing separate contracts, etc. and patient quality of care/service. To ensure proper utilization of available Seismic funding, the A-E must evaluate the individual requirements (sections, paragraphs, or sentences) of the Overall Project Book and respective Building Project Book to determine: Work associated with seismic correction of singular buildings. Work required to allow the seismic correction work to be completed including work where a wholesale replacement is less expensive than piecemeal work. Work associated with the correction of a non-seismic FCA deficiency, or a significant Program for Design space requirement variance, whose inclusion into the project represents a high-value solution to VA. Perform site visits and inspections. Perform programming to quantify stakeholder requirements for swing space. Project Book: The Overall Seismic Project Book and respective Building Project Book will be provided to the selected firm and there is no requirement to update these books as part of the contract. These will be phased construction projectsThis is not one construction project, but four, as each are separate requirements within the campus. Concur. The Project Book AE recommended a phasing approach. Note that phasing plan will need to be revised due to scope reduction from 8 to 4 buildings. This may answer one of my concerns. Will any of the construction project be performed simultaneous with the others? If so, this could cause issues regarding availability of dedicated personnel for construction phase services. As stated in previous review comment: The Project Book AE recommended a phasing approach. Note that phasing plan will need to be revised due to scope reduction from 8 to 4 buildings. It is probable that any of the construction projects could be performed simultaneously. . Select building occupants (VA Employees and Outpatients) will be relocated to swing space, while their immediate area is under constructionConsider changing terminology to something similar to renovated/remodeled/constructed Changed to under construction. . Architectural and Engineering services will also need to be performed for the swing spaces. Swing space will need to be substantially complete before construction on any other project requiring swing space can start. (Need a place to temporarily transfer all building occupants. Swing space must be first space available.) Building 1 is currently slated to need 200% of available swing space and will be the sole occupier of swing space through two cycles. Building 10 cannot start until Building 11 is complete. (Building 11, floor 2, to be utilized as swing space during construction in Building 10.) PG 18-15 Volume B A-E Submission Requirements for Major New Facilities, Major Additions, and Major Renovations contains the minimum A-E submission requirements for the Conceptual Design phase. Schematic Design (SD) 1 and 2 The Schematic Design phase documents are developed for the VA-selected concept approved in the Conceptual Design phase. Schematic Design further develops the concept plan to a level of detail that includes specific functional and adjacency requirements and establishes the aesthetics of the design. The A-E will provide support input, information, data and detail for the development of a Project Management Plan (PMP) by the Integrated Project Team, led by the VA Project Manager. Each progressive design submittal should build upon the previous information to provide a clear basis of design development and design philosophy fitting to the project. PG 18-15 Volume B A-E Submission Requirements for Major New Facilities, Major Additions, and Major Renovations contains the minimum A-E submission requirements for the Schematic Design phase. Design Development (DD) (Pending execution of Options) The Design Development phase encompasses adding an increased level of detail for all aspects of the project to further define the design. Submissions at this stage must show coordination of trades and clarity of scope and design intent. Submissions at this stage must show coordination of trades and clarity of scope and design intent. This phase will also provide visualization of the project and communicate the character of interior and exterior spaces. All value engineering shall be completed by the end of this phase, and no functional changes are anticipated after the DD review. PG 18-15 Volume B A-E Submission Requirements for Major New Facilities, Major Additions, and Major Renovations contains the minimum A-E submission requirements for the Design Development phase. Construction Documents (CD) 1 and 2 (Pending execution of Options) The purpose of the Construction Document phase is to add the level of detail required for construction of the project, coordinate the trades, and finalize the project s documentation for construction. This includes refinement of the 3D Models, 2D drawings, design details, and specifications so the project can achieve its highest value and performance suitable for the building's lifecycle. The Construction Document phase involves the production of complete 3D Models, 2D drawings, specifications, and other documents necessary for the bidding and construction of the project, prepared from the approved DD documents. Also included at this phase are the final cost estimate, the final phasing plan, and the construction schedule. The A-E must provide design-intent documentation that provides the necessary information for construction. Documentation shall be complete, fully coordinated, and ready for use by a General Contractor. Prior to issuance for construction bids, make any changes to the documents identified as necessary during the review conference with VA Central Office. Identify the alternates for bidding development. The value of the deduct alternates shall represent at least 10% of the construction budget. PG 18-15 Volume B A-E Submission Requirements for Major New Facilities, Major Additions, and Major Renovations contains the minimum A-E submission requirements for the Construction Documents phase. A-E of Record The A-E selected for the resulting contract is to be the A-E of Record for the seismic program and shall consider the items below as essential elements, requirements, processes, and key aspects, which the A-E of Record is to address within the context of the comprehensive project. Collectively these items are intended to provide a broad understanding of the overall project intent. Mitigate existing seismic deficiencies within the existing building. Incorporate existing planning measures, and/or provide services allowing VA campus operations to continue uninterrupted during their implementation. Correct existing conditions non-compliant with to the extent required by federal and VA standards and in accordance with Seismic Program Guidance "Allowable Scope for Seismic Projects." Provide corrections or updates to building systems and components identified within the Project Book or through additional observations as existing deficiencies whose inclusion into the project represents a high value solution to VA. Provide programmatic space updates as identified in the planning documents and when seismic corrections otherwise require replacement of existing conditions. Utilize VA Project Design Principles Foundation of Design (Refer to Design Alert 147). These principles include the utilization of a design(s) leading to the most economical and flexible solutions for optimal adjacencies, space utilization, vertical and horizontal circulation flow, and evaluations within the context of location constraints, current criteria, local needs, and standards. Adhere to VA technical Information Library (TIL) standards and design criteria. Include active participation of facility user/stakeholder groups in the application current accessibility requirements of standards to ensure VA provides optimally functional, high quality, high performance, and flexible facilities within scope, budget, and time available to accomplish VA's mission. Provide corrections which resolve existing deficiencies or comply with current physical security requirements in accordance with Seismic Program Guidance "Allowable Scope for Seismic Projects.". Provide a design that recognizes and respects the historic nature of the buildings and regional architectural traditions and complies with VA Historic Preservation requirements. Integrate constructability, sustainability, durability, and life cycle costs to provide maximum value. Number of drawings to provide: (2) full-size sets, (2) half-size sets, mailed, Link to FTP site. Anticipated Contract Elements (Pending execution of Options) This is a tentative listing of contract elements that may be required to provide the engineering and architectural support. The following information is tentative and meant to provide the A-E with an idea of the general nature of the anticipated work. The Government reserves the right to reduce, modify, add to any detail of this list as required to better meet the demands of the project as details become available. Project Planning Documentation: This will consist of the work required to finalize the preliminary planning effort performed under the Project Book contract. While the focus of the contract is design, the work may include the following as needed to bridge the planning (Project Book) and design phases of the project: Site master planning (as related to subject buildings, swing space, temporary parking, lay down yards, way finding, etc.) Medical facility planning Planning and design charrettes Development of Concepts of Operations Defining existing site conditions/tabulations of facility deficiencies Collection of facility data from archives Development of notional budgetary 'fit test' concept designs Collecting healthcare workload projection data Performing safety risk assessments Development of project room contents lists Analysis of block layouts Programming, design and engineering services for swing space Programs for Design (for GSF and NSF allocation) Site selection analysis (swing space) Economic analyses Medical equipment planning Initial outfitting and transition planning and other low-voltage equipment needs, buildings and swing space Probable cost of construction (parametric) Development of Owner's Performance Requirements (OPR) for commissioning planning Hazardous materials surveys as required Environmental Assessment Reviews Soil borings Way finding requirements during all phases of repairs and construction Consolidated planning reporting and development of other data related to facility decision support Site visits Attendance and participation in coordination meetings, status meetings, and design review conferences. Development of campus-wide site physical security improvements as necessary to meet VA Physical Security Design Manual Requirements. Value Engineering Hydrant flow test Phased construction & temporary facilities Facility Design and RFP Document Development: This work will consist of the detailed engineering and architectural products, plans, specifications, and construction bid documents required to accurately define and award the construction solution. Work may include (but not be limited to) the following: Architectural and engineering designs, drawings, plans, and specifications (all applicable disciplines) Design charrettes Design analyses and narratives Design quality management Computer Aided Design (CAD) Geographic Information Systems (GIS) Building Information Modeling (BIM) BIM Clash Detection, 3D immersion, & VR Interactive Design Reviews Sustainability certification documentation preparation Interior design (CID/SID/FF&E) Architectural renderings & color boards Construction cost estimates (budget, parametric, and detailed) Design/Construction schedule preparation Engineering studies (to include testing of components / concepts for the seismic retrofit) Topographic and/or geotechnical surveys Subsurface investigation Environmental documentation (NEPA, etc.) Permits, licenses, and approvals Work categorization Submittal registers As-built drawing preparation and updating of Operation and Maintenance Manuals Interim life safety measures (ILSM) Infection control risk mitigation planning and design Construction phasing plans Preparation of construction contractor bid documents (Request for Proposal w/boilerplate, plans & specs) for Design-Bid-Build, Design-Build methodology, or other as appropriate Draft completion of Government forms related to real property Attendance and participation in coordination meetings, status meetings, and design review conferences. Civil information Modeling (CIM) Computerized Maintenance Management System (CMMS) Computer Aided Facility Management (CAFM) Blast-resistant design and analysis Progressive Collapse design and analysis Medical facility patient protection, life safety, and infection control planning and design 3rd Party Fire Protection Code Review of plans per VHA Directive 7712 Pre-Construction Risk Assessment (PCRA) and completion documented on facility form per VHA Directive 7715 Construction Phase Support: This work will consist of all work necessary for the A-E firm to accurately communicate and represent their design intent after design (but prior to construction award), during construction, and during post-construction phases of the project. This work may include, but not limited to: Answering bidder inquiries Construction proposal evaluation (technical and/or cost) Construction submittal review (documents, materials, fixtures, equipment, samples, plant materials, color samples, etc.) Request for Information (RFI) support Shop drawing review Engineering change proposal review Site visits & construction inspection services Commissioning support services Construction progress documentation Engineering forensics Engineering/design during construction Periodic field visits As-built drawing support during and at the conclusion of construction In-person meetings and teleconference attendance Coordination with other stakeholders (i.e. Government, commissioning firm, etc.) Attendance and participation in coordination meetings and status meetings (in-person and/or telecom) Post occupancy validation of systems Code research and determinations Cost estimating support for modifications Other Professional Services Site Survey and Topographical Geotechnical Survey Environmental Assessment (NEPA) Hazardous Materials Survey Utility Survey Parking and Traffic Survey Soil Survey Additional Information Environmental Exclusion Certification: The VA is required to reflect new, renovated building spaces are free of Asbestos and Lead. Therefore, the final bid documents and the As-Built Drawings will contain the following statement on the cover page and in General Requirements Section of the specifications as required: Final Bid Documents: (Name of Architectural Firm), the A-E of record for the New Mexico VA Healthcare System on Project 501-337, located in Albuquerque, New Mexico certifies that no Asbestos Containing Building Materials (ACBM) or Lead Based Products were designed/specified in the design. As- Built Drawings Set At time of As-Built Drawing Approval, (Name of AE Firm), the A-E of record for the New Mexico VA Healthcare System on this project, located in Albuquerque, New Mexico can certify that no Asbestos Containing Building Materials (ACBM) or Lead Based Products were approved via any contract submittals from the Construction Contractor. To the best of our knowledge, and based on the product submittal reviews, all the products used for construction are free of Asbestos and Lead. As-Built Drawings produced from red-lined drawings as provided by the Construction Contractor and submitted in hard copy (Mylar), in AutoCAD and PDF format. Provide two electronic copies on CD. These Record Drawings (As-Built Drawings) shall be delivered to the VA within 30 days of receiving red-line drawings after construction completion. DELIVERABLES AND ANTICIPATED PROJECT SCHEDULE AE Deliverable Schedule (Days) VA Review No. of Days Total Days after Notice To ProceedThis column heading is not correct as it is not clear how the days after NTP is being calculated. Consider using language such as SD2 is due 90 days after concurrence of SD1 . Clarified to Total Days after Notice to Proceed Conceptual Design, Seismic Requirements Tailoring, and Swing Space Plan (Base) 104 30 134 134 SD1 (Base) 90 30 120 254 SD2 (35%), Budgetary Estimate and Project Schedule (Base) 90 30 120 374 DD (65%) (Option) 120 30 150 524 CD-1 (95%) (Option) 60 30 90 614 CD-2 (100%) (Option) 60 14 74 688 Construction Period Services Building 1: Estimated award July, 2027, 882 calendar days. Building 3: Estimated award July, 2027; 577 days. Building 10: Estimated award July, 2027; 457 days. Building 11: Estimated award July, 2027; 396 days. \ Government Furnished Information All VA design guides and requirements can be found online at: http://www.cfm.va.gov/TIL/. Where conflicts occur between VA standards and building codes, the most stringent requirement shall govern. Below is a list of manuals that will pertain to this project. All TIL criteria are to be followed, and the list below is not all inclusive. PG-18-15: Volume B, Major New Facilities, Major Additions, and Major Renovations PG-18-13 Barrier Free Design Guide PG-18-13 VA BIM StandardPG-18-10 Architectural Design Manual PG-18-10 Volume 1 Steam Boilers, Volume 3 Distribution Systems PG-18-10 HVAC Design Manual PG-18-10 Physical Security Design Manual PG-18-10 Structural Design (Manuals that apply) PG18-10 Plumbing Design Manual PG-18-10 Elevator Design Manual PG-18-10 Sustainable Design Manual PG-18-10 Critical Path Method Design Vol 1&2 PG-18-10 Fire Protection PG-18-10 Cost Estimating & AE Evaluation PG-18-1 Master Construction Specifications H-18-8 Seismic Design Handbook Whole Building Commissioning Process Manual Qualifications and scope of services Project Fire Protection Engineer Site, Topographic, Utility, Landscape and Soil Surveys Design Review Checklists VHA Directive 1061, Detection of Legionella in Environmental Samples VA Seismic Program Guidance SELECTION PROCESS In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), CFM will select a single firm for negotiation using the procedures set forth in FAR Subpart 36.6: In accordance with FAR 36.602-3(a), CFM will review the Standard Form (SF) 330s submitted in response to this synopsis. In accordance with FAR 36.602-3(b), CFM will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1. In accordance with FAR 36.602-3(c), CFM will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services described in this synopsis. On the basis of the above, in accordance with FAR 36.602-3(d), CFM will determine the firms most highly qualified to perform the required services described in this synopsis. The Source Selection Authority will review the recommendations in accordance with FAR 36.602-3(d) and make the final selection of the most highly qualified firm.Recommend deleting. See attached Sample Format Sample format noted. No change. VII. SUBMISSION REQUIREMENTS Except as otherwise permitted below, firms must use the fillable version of SF 330 available on the U.S. General Services Administration website at https://www.gsa.gov/portal/forms/download/116486, using the space available and font settings embedded in that document. Do not submit a price proposal. ***The submittal shall have a page limit of 50 pages. A page is one side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 12 pitch or larger Times New Roman or Arial fonts. All Offerors, to include JVs, submitting SF330 shall obtain a Unique Entity Identifier (UEI) (formerly DUNS) number. Include the UEI number in Part I, Section B, Block 5 next to the name of the firm. Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM). For instructions on registering with SAM, go to https://www.sam.gov/SAM. JVs are to include a fully executed JV Agreement with their SF330 at Part II. Interested A-E firms with the capabilities to perform this work are invited to submit your technical proposal electronically to: ferdinand.gawaran@va.gov no later than February 5, 2024, at 4:00 pm local time. Late receipt of qualifications will not be considered. It is the responsibility of the Offeror to ensure the submittal is received on time and in accordance with the submission requirements. The cutoff for questions and inquiries must be submitted electronically via email no later than January 19, 2024, at 4:00 pm September 12, 2023 local time. Formal communications such as requests for clarification and/or information or questions should be submitted via email to ferdinand.gawaran@va.gov VIII. EVALUATION CRITERIA Applicants will be rated based on evaluation factors which are listed in descending order of importance: Factors 1 through 6 are primary. Factors 7 and 8 are secondary and will only be used as tiebreaker among technically equal firms. Specialized Experience (SF330, Part I, Section F) The Offeror shall demonstrate specific relevant experience by submitting a minimum of five (5) healthcare projects (in progress or completed construction, but completed designI added this to emphasis the design portion of the contract must be completed. Concur ) within the last five (5) years, including but not limited to: design of seismic retrofit for medical facilities or other similar vertical construction (healthcare) modification and reconstruction of medical facilities including departmental relocation, construction phasing, and utilization of swing space new medical facility design for sites with challenging space constraints Please note: An indefinite-delivery/indefinite-quantity (IDIQ) contract or other similar ordering vehicle is not considered a "project". A single task order issued under an IDIQ or other similar ordering vehicle may be considered a "project". Each project shall include the following: Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project (i.e., Prime A-E, Teaming Partner or Subcontractor). Project Owner, owner s point of contact including telephone number and email address. Contact information must be accurate. Services & Deliverables provided under the contract/task order. Period of Performance, including start and completion dates. Total dollar value of the project. Basis for evaluation: The SSEB will evaluate projects for similarity in size, scope and complexity to the design requirement. Greater weight will be given to Offeror s experience as a prime Architect-Engineer rather than as a consultant. More recent and relevant experience, within the last five years, will have a greater impact on the assessment than less recent and relevant effort. Professional Qualifications (SF330, Part I, Section E) Firms shall demonstrate professional personnel qualifications and specialized experience in the design of healthcare facilities for key design disciplines. Key disciplines shall be required to be licensed or registered in their respective disciplines and meet additional requirements outlined below. Evaluation of these disciplines will consider education, training, relevant experience in design of healthcare facilities, experience with design of VA healthcare facilities, and longevity with the firm. Any past design and/or planning experience on healthcare projects, or with VA managed healthcare projects, should be identified. Offerors must have, either in-house or through consultants or subconsultants, the disciplines listed below. Offerors shall provide no more than two (2) resumes for each discipline listed. If more than (2) resumes are provided, the Government will review the first two (2) resumes in the order they are presented in the SF330, and the remaining for that disciplines will not be evaluated. Only the Key Personnel disciplines requested in the synopsis will be evaluated. Block 13 of the SF330, the role listed must use the exact same discipline nomenclature as listed below. The SF330 may be modified to meet the Submission Requirements (font size); however, the content of Section E is not to be altered (removal or deletion of required Blocks) and all items within Section E shall be answered completely. Additionally, all Key Personnel must be shown on the organizational chart in Section D. Where more than one individual (resume) is designated for any discipline, the cumulative qualifications of all resumes within that discipline will be considered, provided all designated key personnel will be utilized in this contract. An individual can only support one discipline (i.e., an individual cannot submit resumes for multiple disciplines).How is this impacted with concurrency of other projects being performed simultaneously? Is this addressed elsewhere? For example, a Project Manager for A/E firm can only be a PM, whether for any or all 4 buildings. The A/E can propose multiple Project Managers. However, a PM must not also be a Structural Engr for any or all the buildings. The positions listed below are defined by the following desired experience levels and education categories in their respective disciplines: Project Manager with desired 10 years of experience Structural Engineer (SE) with desired 7 years of experience Senior Licensed Architect with desired 10 years of experience Licensed Architect with desired 5 years of experience Licensed Electrical Engineer with desired 5 years of experience Licensed Mechanical Engineer with desired 5 years of experience Environmental Engineer with desired 5 years of experience Planner with desired 5 years of experience (A planner should be qualified to gather and quantify user requirements and translate them into documents such as drawings, space plans and budgets) Cost Estimator with desired 5 years of experience Basis for evaluation: The qualifications evaluation will consider the breadth of education, training, certification, overall and relevant experience and longevity with the proposed team for all proposed personnel. The basis of the evaluation will be the information in Part I of the SF330, Sections E and GIAW VAAM 836.602-170(b), the SSEB is to consider the firm's 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. Please list under eval factors. Concur. Added under Factor 2, Professional Qualifications. . IAW VAAM 836.602-170(b), the SSEB is to consider the firm's 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. Past Performance (SF330, Part I, Section H) CPARS is the primary source of information on past performance. CPARS will be queried for all firms submitting an SF330. Offerors are to include CPARS or past performance information (Past Performance Questionnaires) for the projects presented in Section F that are not found in the CPARS. A Past Performance Questionnaire is attached for use. The Government may seek information on past performance from other sources. If there is any conflict in past performance records, CPARS is the official record. Past performance information including Past Performance Questionnaires and Contractor Performance Assessment Reporting System (CPARS) reports will not count towards the page limitation. The CPARS and PPQs can be submitted with the technical proposal or emailed separately to the Contracting Officer. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the submission closing date, the offeror should complete and submit the first page of the PPQ, which will provide contract and client information for the respective project(s). Firms should follow up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's points of contact, Ferdinand Gawaran, Contracting Officer, ferdinand.gawaran@va.gov, prior to the submission closing date/time. Basis for evaluation: The SSEB will evaluate the submitted CPARS and PPQ to determine client satisfaction and evaluate past performance in terms of cost control, quality of work, and compliance with performance schedules. PPQs are source selection materials. All successfully submitted PPQs will receive an email from the Contracting Officer acknowledging receipt. If the firm does not receive the confirmation, it is the firm's responsibility to follow up to ensure the Government has received the information. In addition to the above, the Government may review other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS (Past Performance Information Retrieval System) including CPARS, using all CAGE/DUNS (Commercial and Government Entity/Data Universal Numbering System) numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified, inquiries of owner representative(s), FAPIIS (Federal Awardee Performance and Integrity Information System), or other databases; telephone interviews with organizations familiar with the firm's performance, Government personnel with personal knowledge of the firm's performance capability, and any other known sources not provided by the firm. NOTE: Architect-Engineer may be advised of adverse remarks and given the opportunity to respond in accordance with Federal Acquisition Regulation requirementsIAW VAAM 836.602-170(e), when evaluating past performance, the SSEB is to 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." Please state. Stated. . IAW VAAM 836.602-170(e), when evaluating past performance, the SSEB is to 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. ScheduleThis seems to be just capacity and not schedule being evaluated. Please explain why schedule is listed here. See added language regarding schedule in a and c. and Capacity (SF330, Part I, Section H) Offerors are required to provide a schedule such as a bar chart showing the work will be accomplished in the required time and incorporating the identified deliverables. Offerors are required to demonstrate the capacity to accomplish the work as described. Offerors are to provide a table summary within Part I Section H, providing the number of personnel for each key discipline, with separate columns for (1) Offeror capacity, (2) team subconsultant(s) capacity, and (3) total Team capacity for each key discipline. Capacity will be measured by number of personnel, not percentages or availability. Part II will be evaluated to determine if the capacity and numbers of personnel support the information in Section H. Each key discipline required in the response shall be shown in Section H and coordinated with Part II of the SF330. Basis for evaluation: The evaluation will consider the availability of personnel in key disciplines, equipment availability, and demonstrated management procedures to ensure operational control and quality assurance to accomplish the work in the required time. The basis of the evaluation will be the information in Part I of the SF330, Section H, and Part II. Knowledge of Locality (SF330, Part I, Section H) Offerors are to demonstrate their knowledge of locality, specifically demonstrating (1) knowledge and experience performing renovations within seismic zone; (2) knowledge and experience dealing with climatic conditions of New Mexico State; and (3) experience supporting projects in compliance with the state/local regulatory agencies with jurisdiction over New Mexico VA Healthcare System (NMVAHCS), Raymond G. Murphy Medical Center, specifically New Mexico State Historic Preservation Office (SHPO). The basis of the evaluation will be the information in Part I of the SF330, Section H as it related to knowledge of the locality such as knowledge of geological features, climatic conditions, or local construction methods that are unusual or uniqueSee VAAM 836.602-170(e). Revised language as stated in VAAM 836.602-170(e) regarding locality. IAW VAAM 836.602-1(6)(ii) and (iii): "(ii) Whenever post-award construction services will be required of the A-E firm, the following selection criteria shall be listed in relative order of importance in the announcement: (iii) Experience in construction period services 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services." Since post-award construction services are anticipated, please include this in the primary evaluation. Added as Primary Factor No. 6. . Experience in 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 during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. Basis for Evaluation: IAW VAAM 836.602-1(6)(ii) and (iii), whenever post-award construction services will be required of the A-E firm, experience in construction period services shall be included as an evaluation criterion. Prime A-E Self-performance and Subcontracting (Secondary Factor, SF330, Part 1, Section H) The Government will evaluate the Offeror s capability to self-perform at least 50% of the services (50% can include combined performance efforts of prime and of SDVOSB consultants) under the resulting contract. Additionally, the Government may review the firm s previous ability to meet the 50% SDVOSB performance requirement on task orders. This factor is a secondary criterion and will only be evaluated as a tiebreaker among technically equal firms. Basis for evaluation: FAR 52.219-14(e)(1), Limitations on Subcontracting, states that by submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.IAW VAAM 836.602-1(6)(i)(A) the offeror is to be evaluated on: "The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. " As such, you could place additional value on offers that utilize additional SB subcontractors above the 50% SDVOSB requirement. Added: Offers that utilize additional SDVOSB subcontractors above the 50% requirement will be given greater weight. Offers that utilize additional SDVOSB subcontractors above the 50% requirement will be given greater weight. Geographic Proximity (Secondary Factor, SF330, Part I, Section H) Offeror shall state team office proximity to the U.S. Department of Veterans Affairs, New Mexico VA Healthcare System (NMVAHCS), Raymond G. Murphy Medical Center, Albuquerque, New Mexico. Site is located at 1501 San Pedro Drive SE, Albuquerque, NM 87108 as measured in miles of driving distance. This factor is a secondary criterion and will only be evaluated as a tiebreaker among technically equal firms. The basis of the evaluation will be the information in Section H of the SF330. Interviews: In accordance with FAR 36.602-3(c), CFM will hold discussions with at least three (3) of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services. Discussions may be in the form of an in-person or virtual interview or a written narrative submittal. The three (3) evaluation factors for Interviews are listed below are equal in importance. Approach to Swing Space: Temporary swing space will be required for displaced departments during the seismic construction projects. The selected A-E Designer will be required to develop a Swing Space Plan based on gathered programming requirements that mitigate operational impacts to the medical center due to the seismic construction projects. Describe your approach toward the completion of a swing space plan. Phasing: Having four Four - reduced number of projects Changed to four buildings. buildings on campus included in the seismic construction project allows for some flexibility in the overall phasing of construction. Due to the various sizes of buildings and their location on campus, phasing has been broken down into individual buildings or sections of a building where each building or section is independent of one another. Although buildings may be handled independently, describe your approach to identify possible building pairings and phasing sequences that may benefit the overall schedule of the project while mitigating operational impacts on the medical center, Approach to Historic Preservation: The 1983 National Register of Historic Places Inventory lists the Albuquerque Veterans Administration Medical Center as a historic district. The four buildings in the scope of the Seismic Project Book are classified as Contributing. The 2012 National Register of Historic Places lists the Albuquerque Veterans Administration Hospital Historic District Additional Documentation (and Boundary Decrease) as meeting the National Register criteria. Identify your approach toward the preservation, repair, and conservation of historic buildings. Basis for evaluation: The VA considers originality and imaginative design an essential part of the A/E's responsibility. The applicability of concepts and relative utility of alternative methods of furnishing the required services in the description of work, and their relationships to each other shall be combined to produce a plan that is functional and aesthetically appropriate for the project. The interview factors are a subset of the primary evaluation factor Specialized Experience. The result of the interview evaluation could change the evaluation of specialized experience, which then would impact the overall evaluation of the offerors. The Contracting Officer will issue a Request for Proposal to the most highly qualified firm and award a contract upon determination of fair and reasonable pricing. Where negotiations with the top-rated firm are unsuccessful, the contracting officer shall, terminate negotiations and undertake negotiations with the firm next in order of preference.

Contact Information

Contracting Office Address

  • 425 I STREET NW 2ND FL
  • WASHINGTON , DC 20001
  • USA

Primary Point of Contact

Secondary Point of Contact





History