BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work and new construction of a mixed-use development in McClellan, California. Design plans call for the construction of a 8,000-square-foot medical facility; and for site work for a medical facility.

Award Details Contract Award Date: Sep 27, 2022 Contract Award Number: 36C77622C0085 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: C2TLU3VGKPC6 Contractor Awarded Name: APOGEE CONSULTING GROUP, P.A. Contractor Awarded Address: CARY, NC 27511 NCL Base and All Options Value (Total Contract Value): $765228.00000000 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 the Minor Project #612-204 Construct Sterile Processing Depot at McClellan for Safety Findings Minor design project located at the McClellan VA Clinic of the VA Northern California Health Care System, 5342 Dudley Blvd, McClellan Park, CA 95652. The A-E shall provide investigative and feasibility design services, schematic design drawings, design development drawings, construction documents, bid documents, specifications, calculations, cost estimates, narratives, solicitation support services and construction period services. 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 Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $15.0M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before August 30, 2021. The anticipated period of performance for completion of design is 430 calendar days after notice of award. The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is $608,149.00 3. SCOPE OF DESIGN The scope of this project will construct 8,000 square feet of new space to support Sterile Processing Service (SPS) mitigating operational safety issues at McClellan VA Clinic. This stand-alone SPS will function as a back-up in the event of an emergency or disaster as recommended by National Program Office of Sterile Processing. This structure will be connected to Building 88 Dental Clinic at the McClellan VA Clinic. The A-E firm shall provide comprehensive analysis of future space, function, workflow, and other design development requirements as outlined in this Statement of Work (SOW) document. The A-E firm shall also plan appropriately for any necessary construction phasing and new equipment installation. The A-E firm shall budget appropriately for construction period services that will be rendered to the construction Contractor as defined within this SOW document. A-E Services shall be provided for the McClellan VA Clinic of the VA Northern California Health Care System. The A-E shall be professionally licensed in any state in the United States, with the exception of the Structural Engineer, who must be licensed in California. The A-E is responsible for all services to complete the deliverables listed in the A-E SOW (SOW Mccellan Park). Please note that the 430 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 an 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: Responsive firms submitting SF-330 s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for 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-330 s and determination of the highest rated firms. A minimum of three (3) of the highest rated firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Interview Presentations for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for the Interview Presentations will be notified by email of selection and provided further instructions as well as all the evaluation criteria requirements. After the Interview Presentations are concluded, the firms will be evaluated and the highest-rated firm will be selected, sent the solicitation, and subsequent negotiations to 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 Interview Presentations 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 Interview Presentations, the prior evaluation of the SF 330s will not be taken into consideration as they shall be considered separate evaluations. 5. PHASE I SF330 SELECTION CRITERIA: The following are listed in descending order of importance: Primary Selection Criteria: 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, with the exception of the Structural Engineer who must be licensed in CA. 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 assigned to key positions proposed for assignment to the project, and their record of working together as a team when evaluating the firms professional qualifications. Key staff members to include are: Project Manager(s), Quality Assurance, Architects, Civil Engineers, Structural Engineers, Electrical Engineers, Mechanical Engineers, Environmental Engineers, Fire Protection Engineers, Environmental Engineers, Interior Designers, Certified Independent Third-Party (CITP) consultant and any other pertinent positions related to the scope of work. The lead key personnel in each discipline must be a registered professional but does not have to be registered in the particular state where the project is located, with the exception of the Structural Engineer who must be registered in CA. 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 requirements demonstrates the capability of 50% SDVOSB performance in compliance of 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 and Technical Competence in the type of work required: Specialized experience and technical competence in the design, construction, and construction period services provided for Hematology /Oncology Infusion Center. Provide specialized experience examples in healthcare planning and delivery. Any provided past performance information on projects should include relevant work with Hospitals, Civil, Architectural, Mechanical, Structural, Electrical, and physical security upgrades/installation. Include no more than six (6) Government and/or private projects that demonstrate relevant experience with project that are similar in size, scope and complexity, and experience with specialized building types requiring physical security measures. Offeror shall include at least two (2) examples of USP800/797 design experience. The A/E shall have completed at least two (2) different oncology / infusion centers and have the capacity and experience to design this type of healthcare facility. AE shall have at least five (5) years experience with designs in hospitals or other hospital related facilities. 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 rate 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 to accomplish work in the required time. The evaluation will consider the firm s ability to meet the 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 percentage, 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/or 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. All submitted projects must be relevant in size and scope as they relate one or more of the following factors: Oncology / infusion clinics, healthcare mission critical facilities, USP 797/800 pharmacy compounding units, cancer treatment facilities, and hospital experience shall be required experience in all submitted projects. 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. The 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, working with and local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. 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 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 (RFI s) 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 AE, 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 McClellan VA Clinic of the VA Northern California Health Care System, 5342 Dudley Blvd, McClellan Park, CA 95652. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterion are used as a tie-breaker, if necessary, in ranking the most highly qualified firms following the completion of the SF330 evaluations. The secondary selection criterion will not be applied when determining a firm s SF330 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 INTERVIEW PRESENTATIONS SELECTION CRITERIA: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of interview presentations. The selected firms will be invited to present their qualifications via teleconference to the A-E Technical Evaluation Board. The instructions for interview presentations will be provided to the highest rated firms selected only. Each selected firm will be evaluated based on their responses to the evaluation criteria during their interview presentation. The top-rated firm will be selected based on their rating from the interview presentations. The previous ratings from the SF330 evaluations are not applicable during Phase II. Below are the evaluation factors for the interview presentations. The factors are listed in equal order of importance. Team Proposed for this Project: Provide an organizational chart of the team and discuss the roles of the key personnel for this project. If possible, include the assigned key personnel in the interview presentations. Describe the specialized experience and technical competence A/E Services to develop Construction Documents for site investigation/ renovation/demolition/expansion of an existing Healthcare Hematology / Oncology / Infusion Center, including USP800/797 experience and lessons learned / corrected from previous designs completed. Proposed Management Plan: Address design phase quality control and plan, construction phase quality control and plan. Explain techniques planned to control estimated cost, project schedule, quality of deliverables, and solutions for anticipated problems. Discuss constructability review process and identify specific personnel performing constructability review for all disciplines and their qualifications, and methods for managing RFI s and submittals in a timely fashion Describe your plan of gaining user sign off at 35% that also includes an approved FF&E plan at the 35% to meet the SOW requirements and space plan requirements. Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the amount 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 your specific experience with USP 800/797 vs. VA requirements. Describe plans with this project to ensure VA requirements are kept current, and specified equipment will be approved by the VA. Proposed Approach to Design Development: Discuss plan to ensure specifications and drawings are complete, accurate, all inclusive, and coordinate with each other. Discuss approach to evaluate existing site conditions and coordination with All Engineering Disciplines. Describe how your firm evaluates quality and assurance to ensure the project design meets all VA Design Guide and Code requirements. Schedule and Capacity: Provide your firms approach to meeting the proposed milestone schedule on-time or before the due dates listed. Describe your approach to ensuring all phases of design are completed on time, and within budget, while balancing your other complement of projects and the needs of other clients. Location: Describe your location in relation to the general geographical area of the project, knowledge of the locality of the project, and approach to ensuring availability of personnel for design meetings and CPS services. Please explain how your geographical location in proximity to the project might affect your performance during the design and construction administration services. Please explain what actions you would take to mitigate the impact. 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 Jason Schultz at jason.schultz@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 September 28, 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 - 36C77621R0181 Construct Sterile Processing Depot Design (Minor) at the McClellan Park VA Medical Center. 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 Jason Schultz with the subject line Mccellan Question - 36C77621R0181. The cutoff for question submission is 2:00 PM ET ON September 15, 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, Interview Presentations, 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 time of SF 330 Submission, Interview Presentations, and Award and submit agreements that comply with 13CFR 125.15 prior to contract award. SF 330 submissions received after the date and time specified will not be considered. 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://sam.gov/ for any revisions to this announcement prior to submission of SF 330s. The method of contractor selection has not been determined at this time.

Design

Medical

$765,228.00

Public - Federal

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
306
Active Projects
145
Bidding Soon
2,651
All Active Projects
1,072
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

December 20, 2022

March 22, 2024

img_map_placeholder

5342 Dudley Blvd, McClellan, CA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.