Michigan Bids > Bid Detail

C1DA--Update One Line Drawings 515-24-504

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159011322378023
Posted Date: Feb 16, 2024
Due Date: Mar 18, 2024
Source: https://sam.gov/opp/20cf566d75...
Follow
C1DA--Update One Line Drawings 515-24-504
Active
Contract Opportunity
Notice ID
36C25024R0090
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 03:02 pm EST
  • Original Response Date: Mar 18, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 25, 2024
  • 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:
    • 541310 - Architectural Services
  • Place of Performance:
    Battle Creek, MI VAMC Battle Creek MI , 49037
    USA
Description

36C25024R0090 Update One Line Drawings 515-24-504 Battle Creek, MI VAMC

Page 7 of 7
Pre-solicitation Notice
*=Required Field
Pre-solicitation Notice

Page 1 of 7
PRE-SOLICITATION NOTICE (REQUEST FOR SF330s)
The Department of Veterans Affairs (DVA) Network Contracting Office 10 is seeking qualified Architect -Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for architectural and engineering (AE) services for the project number 515-24-504 entitled Update One Line Drawings at the Battle Creek VA Medical Center. Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236.25 Requirements for Registration of Designers whereby Architects and Engineers must be registered to practice in the particular professional field involved in a State (the full text of the clause can be read at acquisition.gov). Architects and Engineers performing work on projects must be registered in the State of Michigan (the laws of the State of Michigan regarding registration of architects and engineers applies). Also see geographic location and office location restrictions in section 5 of this notice.

The Scope of Work for this project is as follows:

The Architect/Engineer shall provide design services necessary to furnish: Site Visits, preliminary drawings, final drawings, and all other related information for Project 515-24-504, Update One Line Drawings for all buildings at the VA Medical Center in Battle Creek, Michigan. The objective of this project is to update the one-line drawings at the Battle Creek VA Medical Center to include both the master Building Information Model (BIM) and Life Safety drawings.

Building Information Model (BIM):

This portion of the project will update the BIM drawings to support the station future design efforts, to include the Capitol Asset Inventory (CAI). Veterans Integrated Services Networks (VISN) 10 Medical Centers, including Battle Creek, have been modeled and maintained with sporadic updates, so the work effort needed with this project to update the documents is minimized at the outset. (i.e. not necessarily requiring complete survey and scanning work from scratch).

Standardization within one medical center is needed but also across all VISN 10 facilities is optimal. Space information including departmental ownership assignments and site utility / site plan information as well as life safety information are the basic minimum actions desired under this contract.

The Architectural documentation already received through Dec 2023 includes accurate room and space layouts, square footage, functional use, department ownership, and other useful information. Space ownership and identification is critical for VA strategic and tactical planning efforts. Changes are constantly made as priorities evolve to facilitate patient care. Maintaining this master record document set aides space management committees and promotes healthful strategic planning. BIM has been a crucial tool in updating the VA CAI database.

Wall heights were assumed and need to be verified in this project to accurately reflect and update the current architectural as-is conditions.

HVAC Air Handlers located on roofs have been identified in block form. (displayed to minimize data storage/memory of file size).

As part of VISN 10 standard protocol, nearly all new construction and designs are completed in BIM/ Revit - this includes Architectural, MEP, and other details- (only few projects are completed via AutoCAD), however all these documents (including that changed by inhouse staff and contracts) must be integrated into one master record document in order to maintain a single station master record file set. This contract shall integrate Bldg. Service Equipment (BSE) or Real Property Inventory and Equipment (RPIE) (DMLSS term) schedules and the like already placed in stand-alone BIM documents for the continuance and advancement of the entire station being documented within a master record BIM/ Revit document to capture a life cycle building approach vision.

Life Safety Drawings:

This portion of the project consists of revising drawings, which must comply with The Joint Commission requirements. AE shall inspect the buildings and confirm the accuracy of the drawings. Base drawings will be provided by DVA. AE shall compare the existing condition with base drawings and update the drawings according to existing condition.

Life Safety Drawing shall be delivered in fully editable source document format with all layers intact (AutoCAD) and in a reproducible colorful PDF format. The Life Safety Drawing should be provided in a scalable format that minimizes unwanted pixelization and artifacts.

The Life Safety Drawing should be provided in layers or in some other manner so that the layout can be easily viewed by selectable criteria (i.e. layers may be deleted or hidden as necessary). Layout by life safety legend item:
Hood Extinguisher System (B 5 x 2)
Gaseous Extinguishing System (B 157)
Exit
Exit Discharge (rating of doors)
Smoke Barrier (with 30 min. fire rating)
Smoke Barrier (with 1 hr. fire rating)
Smoke Compartments (space within building enclosed by smoke barriers. Including the size of smoke compartments)
Suites (with size)
Fire Barrier (1 hr. fire rating)
Fire Barrier (2 hr. fire rating)
Fire Rated Door (and the rating)
Smoke Door

Current LS drawings must address the following topics:
A legend that clearly identifies features of fire and life safety
Areas of the building that are fully sprinkled (if the building is partially sprinkled). Distinguish between wet and dry pipe systems, i.e. attic spaces dry.
Locations of all hazardous storage areas (as defined by NFPA 101 19.3.2.1 and 21.3.2.1)
Locations of all rated barriers
Locations of all smoke barriers
Locations of designated smoke compartments
Locations of chutes and shafts
Suite boundaries including the size and type of suite (sleeping, patient care non-sleeping, non-patient care. Note: only required for healthcare occupancies).
Any approved equivalencies or waivers

Draft Final / Final Submissions: AE shall inspect buildings 2,14,22,82,83 and 84 under the Draft Final submittal then submit the updated drawings for these buildings for review. Once the Draft Final has been approved, the remainder of the buildings shall be inspected and revised in phase 2, incorporating the initial review comments from the Draft Final phase for all buildings. Drawings shall include all attic, basement and sub-basement spaces.

Contract Objective: DVA uses Autodesk Revit (version 2023) as its BIM system. Utilizing the station s existing model of building architectural space, life safety drawings, and department ownership (as of December 2023) for all DVA owned and leased buildings, the architect/engineer (A/E) firm shall validate, capture and incorporate into the model all changes due to building additions, renovation projects and staff/department moves. VISN 10 capital improvement projects are required to be designed utilizing BIM/REVIT (Buildings) or Civil 3D (Site); the A/E shall either merge models from these projects or modify the station s record drawing model to capture small changes from DVA staff executed renovation projects. Mechanical, Electrical, Plumbing and Technology (MEP-T) shall be incorporated in the REVIT models if previously designed and civil/site data changes shall be incorporated into BIM/CIVIL-3D, and provided during each submitted review.

Configuration Management: Model updates shall conform to most recent version of the DVA BIM Manual found at the DVA Technical Information Library (https://www.cfm.va.gov/til/projReq.asp) and the existing VISN 10 BIM configuration (also known as formatting).

Contract Deliverables: The A/E shall deliver submittal documents that include:

Updated station record drawing model in .rvt and .pdf format

Updated Life Safety record documents in .rvt and .pdf format

The updated architectural plan of each building floor showing department color coding and associated tables (detailed below) in .pdf format.

Tables showing by building each room number, room NUSF and room department owner. Also provide in .xlsx format.

Tables showing by each building floor each department GSF and the net change from the previous model update. Also provide in .xlsx format.

Tables showing for the entire station each department GSF and the net change from the previous model update. Also provide in .xlsx format.

Collected source documents containing MEP-T and civil/site data information used into the updated model.

Report of findings document on any discrepancy or issues determined for DVA documents provided.

Report of findings from Clash Detection software for model accuracy and model solutions as to how items can be repaired/corrected. (submitted for each submission update)

Report of findings from Autodesk Interoperability Tools Software developed for DVA as to blanks or other identified issues. Firm shall identify how items will be resolved and corrected for re-submission. (Submit report identifying issues for each submission update)

Updated Site and site Utility plans identifying boundary survey information/ utilities /Manholes / Tanks and other smart linkage information specific to the Grounds/Site of the entire campus.

Tables showing by building each room number, room NUSF and room department owner and quantity of Acres on each site. Also provide in .xlsx format.

Bi-annual drone fly-over of the campuses will be required once during the summer and once during the winter. This bi-annual documentation shall be done in both in winter and summer to obtain snow-free and leaf-free aerial photography when the sun is 30 degrees or more above the horizon for three or more hours. Skies shall be clear (defined as when cloud shadows will not appear on more than five percent (5%) of the area in any one photo), free from excessive smoke, fog or haze, and well-defined images can be resolved. Ground conditions shall be free of snow, ice, leaves and excessive soil moisture. Rivers and streams shall be within their normal banks. The winter photography shall be a vertical orthographic visual of the entire campus boundary/site. The summer photography shall be a pictorial angular view of the campus displaying ideal weather conditions to provide an excellent pictorial image of the campus from various view site locations. These photo captures will be displayed in various media presentations and hung in picture frames representing the VISN 10 stations and the respective current annual views. Data acquired from the drone may assist in the updating of the station s documents. All permissions to fly these drones must be obtained from the Federal Aviation Administration (FAA), any adjacent U.S. Department of Defense (DOD) or state National Guard installation (as applicable) and the DVA station. Any person photographed will need to be made unidentifiable or have signed appropriate release.

Files and deliverables will be transmitted utilizing the AE firms File Transfer Protocol (FTP) website and a CD will be provided to the facility. Final snap-shot data will be provided to the Battle Creek DVA Medical Center. The DVA retains sole rights to and ownership of the updated model and source documents upon contract closeout.

Quality Control: The A/E shall implement a quality assurance/quality control (QA/QC) program to ensure BIM updates are accurate and will include interviews with DVA staff and on-site inspections to validate any assumptions made.

The A/E shall utilize existing uniform DVA BIM Standards System for a universal and expandable Record Drawing library which will enhance the information already received. The uniform BIM Standards System must be consistent with accepted industry standards and existing DVA CAD standards except for Drawing Symbol Identification which is identified by site. The Departmental space ownership color designation shall be consistent for all VISN 10 facilities (Example Mental Health space at each site to be Blue ). (see attached color scheme by Department name.) The Record Drawing set will contain FIELD-VERIFIED, as-built drawings for potentially all these documents (General, Life Safety, Civil, Site, Structural, Architectural, of existing facilities and the Fire Protection, Plumbing, Steam Distribution, Mechanical, Electrical, Technology, Asbestos and Hazardous Materials, Security System, Overhead Paging System, Nurse Call System, and Space Driver) information as outlined for new future Construction. Details shall follow the DVA BIM Guide. https://www.cfm.va.gov/til/projReq.asp which is currently Version 2.2.

Set-Aside Information: This procurement is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310, Architectural Services. AE firms submitting qualification packages must be a certified SDVOSB registered in the SBA Veteran Small Business Certification (Veteran Small Business Certification (sba.gov) prior to the deadline established for receipt of packages. AE firms must also have a current and valid registration in the System for Award Management (SAM.gov | Home) for the primary or branch office address from which the work is going to be performed.

This procurement will be following the procedures established in the Brooks Act, Federal Acquisition Regulation (FAR) 15, FAR 36.6, and Veterans Affairs Acquisition Regulation (VAAR) 836.6. The selection process will be made using a two-stage process. Stage I consists of evaluation of all SF330 packages submitted by AE firms deemed qualified by the Source Selection Evaluation Board (SSEB) to determine the competitive range. Those firms determined to be in the competitive range will be invited to participate in Stage II of the selection process by providing oral presentations and be interviewed by the SSEB to arrive at the number one most highly qualified firm who will then receive a solicitation to provide a fee for the services established by the scope of work.

Stage I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance with. The evaluation factors listed below shall be addressed in Part H of the SF-330.

Professional Qualifications: Describe the firm s professional qualifications necessary for satisfactory performance of required services. The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330, Part 1.

Specialized Experience: Describe specialized experience and technical competence for the type of work required, including experience in Building Information Models (BIM), Capital Asset Inventory (CAI), Revit, Life Safety Modelling, and Aerial Photography/Recording.

Firm s Capacity: Describe the firm s ability to accomplish the work in the required time commensurate with the scope of work, including existing workload that may limit the firm s capacity to perform project work expeditiously.

Past Performance: Describe past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System (CPARS) for projects listed in Section F of the SF330 as well as any other pro-jects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant other information available to the Government. Project past performance references older than 5 years will receive a lesser weight than those references for projects accomplished within the past 5 years.

Geographic Location: Location of the primary or branch working office listed in the SF330 of the prime AE firm in the general geographic area of the project and should have knowledge of the locality of the project. The prime AE firm's primary or branch working office from which the project design work is to be performed shall be located within 300 miles driving distance of the Battle Creek VA Medical Center. Driving distance shall be calculated using Google Maps 'best route' feature from the prime AE firm's primary or branch working office from which the design work is to be accomplished as listed in the SF330. A copy of the Google Map result shall be included with the qualification package submission. Any AE firm's primary or branch working office from which the design work is to be accomplished is not registered in SAM shall result in the entire SF330 submission being determined as not having met the requirements of this pre-solicitation announcement and shall not receive further consideration.

Management Plan: Describe the firm s general project management philosophy, including the approach that will be used to meet the needs of the scope while controlling the schedule and budget. Include a description of the proposed communication plan between project leadership, the design team, subconsultants, and the Government.

Firm s Commitment to Small Business: Identify and describe the extent of your firm s commitment to the use of SDVOSB, VOSB, and other types of small businesses as subcontractors.

Stage II: The AE firms selected to provide oral presentations and be interviewed by the SSEB will be provided additional evaluation criteria to address in their presentation and will be given sufficient time to prepare. After final evaluation of the firms providing presentations a final ranking of the firms will be conducted and the number one ranked firm will be provided the opportunity to provide an AE fee proposal. The non-selected firms will be notified and given the opportunity to request a debrief.

The submission must include a fully completed Standard Form (SF) 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF330 shall not exceed a total of 50 pages in a common font, size 11 or 12, single spaced. Use graphic presentations where such use will contribute relevant data. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. Supplemental past performance information and the Google Maps attachment will not count toward the 50-page limit.

Submittal instructions: The SF330s shall be submitted to email address: terrance.deininger@va.gov. The package must be received No Later Than 03/18/2024 at 4:00 P.M. ET.

Questions and other inquiries are to be directed only via email to Contract Specialist at terrance.deininger@va.gov.

NOTE: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO SAM.GOV TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 16, 2024 03:02 pm ESTPresolicitation (Original)

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 >