Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

C -- Bldg 500: Upgrade Basement Pharmacy Compounding Area to Meet USP 797 & VHA Requirements (VA-22-00046644), Sources Sought for SF330's Posted ends on 05/31/2022. Revised Sources Sought Notice

Notice Date
5/19/2022 9:35:08 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522R0067
 
Response Due
5/31/2022 10:00:00 AM
 
Archive Date
09/07/2022
 
Point of Contact
Robert Tyler Hallock, Contracting Officer, Phone: 410-642-2411
 
E-Mail Address
robert.hallock@va.gov
(robert.hallock@va.gov)
 
Awardee
null
 
Description
FBO Sources Sought Notice Solicitation ID 36C24522R0067 Project No: 613-22-125 Award Item: A/E Design Construct Bldg. 500 Basement Pharmacy Upgrade (A/E Design) The Department of Veterans Affairs Medical Center (VAMC), 510 Butler Avenue, Martinsburg, WV 25405 is seeking a qualified Service-Disabled Veteran Owned Small Business (SDVOSB) firm to provide Schematic Design, Design Development, Construction/Bid Documents, Specifications, Construction Cost Estimate, and Construction Period Services for Bldg., 500: Upgrade Basement Pharmacy Compounding Area to meet USP 797 & 800. Priorities of Work: This project upgrades and modernizes the facility s Sterile IV Preparation Room and provides compliance with USP 797 requirements. The existing sterile processing area was developed on previous directives and the 2008 USP 797 standards. The project includes replacement of area s primary air handling unit, connection to the facility s chilled water distribution system, tie-in to an independent stand-alone chilled water system (with automated controls), and connection to the existing clean steam generation system to satisfy space humidification requirements. The project also installs relative differential pressure monitoring (between the anti-room and prep space) that will alarm to the Central Chiller Plant via DDC controls and provides all required system balancing services. The project will also update the Biological Safety Cabinets (BSC s) that are beyond their useful life. The A/E will also review space and work-flow improvements of the remaining pharmacy suite delineated in the boundaries of the scope of work (attached)that may include design modifications and/or equipment replacement. The A/E will plan for a phased design solution to maintain day-to-day operations of the pharmacy service in this area. At a minimum the A/E shall reference the VA design guide plates located at http://www.cfm.va.gov/til/dGuide.asp, Design Alerts at https://www.cfm.va.gov/til/alert.asp, and the VA design manuals located at https://www.cfm.va.gov/til/dManual.asp for comprehensive architectural and engineering requirements for each space listed. The A/E will perform all investigative work pertaining to foundations, structural, mechanical, electrical, plumbing, fire alarm, sprinkler, telecommunication, public address system and their associated appurtenances located in other areas of the work area as deemed necessary to provide a complete and constructible design. In addition to design of required new work areas the A/E will design the required rerouting, relocation, and/or extension of all existing utilities electrical, plumbing, etc. which may pass thru the proposed design area servicing surrounding spaces and future expansions. The heating, ventilation, and air conditioning (HVAC) design shall comply with the VA HVAC Design Manual. Controls will be compatible with existing Johnson Metasys Building Automation System. Design shall also include recommendation of at least three energy savings alternatives for consideration. The plumbing design shall comply with VHA Directive 1061 and the VA Plumbing Design Manual. Commissioning will be performed by third party contract directly with the VA. The A/E will be responsible for incorporating commissioning specifications in accordance with the VA Whole Building Commissioning Process Manual, dated 5/1/ 2013, and coordination with the Commissioning Agent during construction. Fire and Life Safety requirements will be designed under the Governing Codes of NFPA 101 Life Safety Code (2018 Edition) and the Department of Veterans Affairs Fire Protection Design Manual (2015 Edition), NFPA 70-2017, or most current edition in publication. Design shall incorporate Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings . The AE will be responsible for completing the checklist given by determining compliance with The Guiding Principles for Sustainable Federal Buildings. Physical Security. The A/E will follow the requirements in the VA PHYSICAL SECURITY DESIGN MANUAL FOR MISSION CRITICAL FACILITIES or the VA PHYSICAL SECURITY DESIGN MANUAL FOR LIFE-SAFETY PROTECTED FACILITIES as they apply. The A/E s team will include a certified physical security specialist as well as a licensed professional structural engineer who has specialized training in blast design and analysis. The A-E will be responsible for arc flash analysis and labeling. Please copy same verbiage as already provided from VA Electrical Design Manual. The A/E shall perform all calculations, studies, analysis and reports as detailed under the VA Electrical Design Manual, paragraphs 1.10.1, 1.10.2, 1.10.3, and 1.10.4. The A/E shall not consider this as authority for sole source . Calculations will be based on basis of design provided by the A/E, and revised during the submittal review process. A/E is responsible for creating and applying arc flash labels in compliance with NFPA 70E-2018. The A-E will correct all electrical deficiencies within project area as identified by the 2016 Electrical Deficiencies Study, Section 7.4. A CD copy will be provided. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. The VA will shortlist the firms utilizing the SF330 form and interviews will be conducted with at least 3 firms based on the outcome of the scoring.  FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW WILL RESULT IN REJECTION OF SF330. Selection criteria will be in accordance with FAR 36.6 and VAAR 852.236.6, which will include minimum the below criteria. PROFESSIONAL QUALIFICATIONS 1. Resume of each team member 2. Designers of record and their discipline 3. Reputation and standing of the firm principal officials with respect to professional performance, general management philosophy. 4. Specific experience and qualification of personnel/team proposed for assignment to the project and their record of working together as a team. 5. Proposed management plan and design development process. 6. Proposed approach to estimating construction costs. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE 1. Narrative of up to 10 relevant projects completed within the last five years that illustrates overall team experience. 2. General list of healthcare projects in last 5 years by team members. 3. Experience in Pharmacy Renovation with USP 797 & 800 Compliance design, renovation, associated logistics. 4. Experience in energy conservation/sustainability. PAST PERFORMANCE 1. Specific cost control measures utilized in Factor II submitted projects. 2. Quality control process(es) utilized in Factor II submitted projects. 3. Performance schedules challenges and compliance in Factor II projects. 4. List relevant projects constructed within last 10 years with original budget, final budget, final estimate, construction contract, total change orders 5. Projects demonstrating experience working with Government entities 6. Copy of performance evaluations and owner points of contact. 7. Included evaluations for projects in Factor II. 1 &2 above. ORGANIZATION, MANAGEMENT AND QUALITY CONTROL 1. Firm's organization and management process for this contract 2. Quality control program for this contract with name of person responsible for QA/QC and person responsible for technical/constructability review (provide examples, checklists). 3. Ability to handle other projects for multiple clients with varying types of project requirements and technical challenges 4. Team's organization for this contract (provide organization chart that identifies overall relationship and lines of authority of the team) CAPACITY 1. Available resources to accomplish task orders on time sensitive schedules 2. Process controls proposed for keeping team members on schedule. 3. Describe experience in delivery of projects on a time sensitive schedule 4. Current contracts greater than $20,000 5. Current workload and availability of the team LOCATION 1. Geographical location from Martinsburg, WV VA hospital and knowledge of locality LITIGATION AND INSURANCE 1. Record of significant claims against the firm and team members MILEAGE RESTRICTION: In accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 500-mile radius, of the Martinsburg VA Medical Center, 510 Butler Ave, Martinsburg, WV 25405. The 500-mile restriction will be verified by using the website www.randmcnally.com and verifying the distance from the offeror s location and the VA Martinsburg, WV. This acquisition is for Architect/Engineer (A/E) services and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, NCO 5 Network Contracting Office, 510 Butler Avenue, Building 306A, Martinsburg, WV 25405, Attn: Robert Hallock. Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) and one (1) CD of Parts 1 and 2 no later than 1:00 pm Eastern Time on May 31, 2022. Hard copies shall be in binders. The SF330 can be found on the GSA forms website www.gsa.gov. Submissions by electronic/fax means are NOT permitted. All questions are to be sent to the attention of Robert.hallock@va.gov. Telephone inquiries will not be honored. Only SDVOSB Firms currently verified in the Veterans Information Pages (VIP) at www.vetbiz.gov are eligible to submit offers. All respondents must be registered in SAM data base, see https://www.sam.gov to include the completion of Representations and Certifications and registering with Vets 4212 at https://www.dol.gov/vets/vets4212.htm at time of submission of their qualifications in order to be considered for an award. SDVOSB Firms that submit SF330s on SDVOSB set-asides that are not listed on VIP, SAM, and VETS4212 will be deemed nonresponsive. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet number or Unique Entity ID, Tax ID Number, the email address and phone number of the primary point of contact, and a printed copy of the firms VetBiz Registry. Offerors shall provide all documents listed and comply with all proposal instructions for their proposal to be considered responsive to this notice. This review may eliminate offerors that fail to provide all the required information and documents in the format and detail specified. A VIP unverified SDVOSBs will be considered non-responsive as it is deficient and therefore will not be evaluated. Mailed or hand carried submissions shall be sent to: Department of Veterans Affairs Medical Center Attn: Robert Tyler Hallock RPO East NCO 5 Contracting 510 Butler Ave, Bldg. 306A Martinsburg WV, 25405 This is a Service-Disabled Veteran Owned Small business set aside. NAICS Code: 541330, Size standard is $16.5 million. This is not a request for proposal, nor will a solicitation package or bidder/plan holder list be issued. There are no solicitation documents available. This procurement is subject to the availability of funds. The Government is under no obligation to award a contract as a result of this announcement. The Government will not pay, nor reimburse, any costs associated with responding to this request. This procurement is subject to the availability of funds.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc040dd5529741cd83d3e8fcd899fdda/view)
 
Record
SN06333217-F 20220521/220519230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.