Similar Projects
Vertical Region 4- Regional Architect and Engineering Indefinite Delivery Indefinite Quantity Contracts
Post-Bid
$100,000 to $30,000,000 est. value

Engineering, Planning and Development
Post-Bid

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

Continuing Engineering Services for Orange County Solid Waste Division
Infrastructure
Post-Bid
Orlando, FL 32829

Architect-Engineer Supplemental Services - Southeast Regional Office
Results

Continuing Stormwater Engineering Services
Term Contract, Infrastructure
Post-Bid
Orlando, FL

Nationwide Architect and Engineering IDIQ - Small Business Pool
Results
Less than $10,000,000 est. value

Lakes Management Consulting Services
Term Contract
Post-Bid
Windermere, FL

Engineering Services for Ficquette Road
Results
Orlando, FL 32801

Lakes Management Consulting Services
Infrastructure
Post-Bid
Windermere, FL

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

Continuing Engineering Services
Term Contract
Post-Bid
Orlando, FL

Professional Architectural and Engineering Design Services for Avalon and Meadowbrook Middle Schools Capital Renewal Project
Results
Orlando, FL 32828

Electrical Engineers Continuing Service Professionals
Term Contract
Post-Bid
Orlando, FL

Last Updated 12/20/2022 01:36 PM
Project Title

RFQ Design - 675-103 - Create Cardiovascular Center Design Orlando VAMC

Physical Address View project details and contacts
City, State (County) Orlando, FL 32827   (Orange County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $20,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of December 20, 2022, information regarding the award and award date has not been disclosed. A firm timeline for construction has not been established . *The closed solicitation has been included below for reference: PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. 1. GENERAL INFORMATION: Veteran s 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 Create Cardiovascular Center at Lake Nona design project located at the Orlando VA Medical Center in Orlando, Florida. The A-E shall develop and furnish Construction Documents and perform Construction Period Services for this project. Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, renderings, working drawings, site visits/investigations, meetings and meeting minutes, staff interviews, phasing, cost estimates, and other related information and services. The A/E shall furnish technical services for schematic design, design development and construction documents. The A-E Services contract 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 $22.5M. This project requires a full design team to complete this project. The projected award for the anticipated A-E contract is December 7, 2022. The anticipated period of performance for completion of design is 206 calendar days after Notice of Award (NOA). The FAR 52.236-22 Design Within Funding Limitations (APR 1984) for this project is between $10,000,000 and $20,000,000 in accordance with the VAAR Magnitude of Construction. 3. SCOPE OF DESIGN The scope of work for this contract shall include but not limited to the design services for Project 675-103, Create Cardiovascular Center at Lake Nona. The contract will be separated into two parts (1) A/E Part One Services (also known as Design Phase), and (2) A/E Part Two Services (also known as Construction Period Services). Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, renderings, working drawings, site visits/investigations, meetings and meeting minutes, staff interviews, phasing, cost estimates, and other related information and services. The A/E shall furnish technical services for schematic design, design development and construction documents. This project will expand the first-floor hospital east wing at the Lake Nona Campus and renovate approximately 19,000 SF of adjacent space. The expansion will add approximately 7,000 SF of clinical space and 7,000 SF of interstitial space. The expanded footprint and renovations will allow for the expansion of specialty care space in the form of a cardiovascular center. Design will include the following items and program areas: Outpatient Clinic Twelve (12) standard exam rooms One (1) treatment room Patient check-in area large enough to accommodate clinic traffic and patients coming for outpatient procedures Invasive Area Two (2) catheterization laboratories One (1) CT scan room Eight (8) bed recovery room One (1) Transesophageal echo and cardioversion room Non-Invasive Area Six (6) echocardiogram rooms One (1) Holter monitor room One (1) ECG room One (1) stress test room One (1) device clinic room for PACS system computers and monitors Ancillary Rooms Supply rooms for Non-Invasive and Invasive consumables Locker room/Break room Conference room with AV equipment Echo Supervisor office Chief of Cardiology office Non-Invasive Lead office Invasive Lead office Cardiology Nurse Manager office Two (2) Cardiovascular Pharmacist offices Biomed workshop Office space for 20 Case Managers and providers The design should include three (3) different charrettes to be approved by leadership prior to proceeding to the 25% construction documents. This expansion will follow the existing VA design guide cardiovascular laboratory The lead designer of each discipline should be registered in the state of Florida. The A-E is responsible for all services to complete the deliverables listed in the Statement of Work (SOW) (See SOW 675-103 SOW Create Cardiovascular Center Revised 13 July 2022). The deliverables outlined in the SOW are inclusive of the following: Quality Assurance/Quality Control (QA/QC) Plan, 25% Submission, 50% Submission, 75% Submission, Construction Documents (95% Submission), Final Bid Documents (100% Submission). The deliverables schedule can be found in the SOW. Please note that the 206 calendar-day period of performance for the design completion begins with the issuance of the Notice of Award and that a Notice to Proceed will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project. 4. A-E SELECTION PROCESS: 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. The first phase will be the evaluation of the SF-330s by the A-E Technical Evaluation Board (TEB). These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3(c), at least three (3) of the most highly qualified firms will then be notified of the Government s intent to hold discussions. All firms not invited to participate in discussions will be notified at this time. The second phase will be discussions conducted via written responses to predetermined questions. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked based on the primary and secondary selection criteria (if necessary), and the highest rated firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will only consider the information obtained via discussions for each firm. A site visit will be authorized for the highest rated firm during the negotiation process. An award will then be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made. Please note that during the evaluation of the written responses, the prior evaluation of the SF 330s will not be taken into consideration as they are separate evaluations. 5. PHASE I SF330 SELECTION CRITERIA: The A-E TEB will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The factors are listed in descending order of importance. Primary Selection Criteria: Professional Qualifications: Professional qualification necessary for satisfactory performance of required services. The board will evaluate, as appropriate, the education, training, registration, certifications overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The lead designer of each discipline should be registered in the state of Florida. The board will also evaluate resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Key positions and disciplines required for this project include, but are not limited to: Project Manager, Electrical Engineer, Architect, Cost Estimator, Civil Engineer, Fire Protection Engineer, Industrial Hygienist, Mechanical Engineer, Quality Assurance Specialist, Structural Engineer, Commissioning Agent, and Physical Security Specialist. 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: Specialized experience and technical competence of the prime firm and all subcon-tractors in the design and construction period services provided for projects similar in size, scope, and complexity. The Board will evaluate where appropriate the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships). Pro-jects related to this project scope include VA based renovations and new build clinical/general exam space of similar size, including mechanical, electrical, and plumbing (MEP) infrastructure and demonstration of geotechnical, site survey, parking, and access development experience. Projects related to the scope shall also highlight the A-E firm s ability to design to the applicable VA design guides and standards. Include no more than five Government and/or private experience projects that best illustrate specialized experience as listed above, with at least 95% of the design completed. Applicable projects must have been awarded within the past eight years from the date of the SF 330 submission. Any projects submitted that exceed the limit will not be considered during the evaluation. The evaluation of the submitted pro-jects will consider the relevant work performed; coordination of disciplines and sub-contractors; 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. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract. The information provided in sections F and G of the 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: Capacity to accomplish work in the required time. The evaluation will consider the team s overall ability to meet the schedule of the project, as well as the available capacity of key disciplines to perform the work in the required time. Please provide a table to demonstrate the available capacity of each of the key personnel identified in sections D and E for the prime firm and all subcontractors. At a minimum, include the following for each key team member: name, firm, proposed role in this project, and percentage of available capacity to take on new work. Also provide all projects awarded by the VA to the prime firm and all subcontractors during the previous 12 months from the date of the SF 330 submission. At a minimum, include the following for each project: project name, location, award date, completion percentage, and expected completion date. Provide the full potential value of any current indefinite delivery contracts for the prime firm and all subcontractors. The number of active design projects and their completion percentages will be taken into consideration for the prime firm and all subcontractors. The information for this factor shall be provided in section H of the SF 330. Please ensure the capacity applies toward the proposed 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 Reporting System (CPARS) ratings. Provide performance reports for all projects submitted in section F and include the following information for each project: 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, additional projects in CPARS, and other information available to the Government, including communications with points of contact in other criteria. 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. As appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services will be considered. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. All projects provided in the SF 330 must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work under this contract. The information for this factor shall be provided in section H of the SF 330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *PPQs should not be submitted by the evaluator to VHA PCAC directly. Completed PPQs must be incorporated into the SF 330 submission. PPQs will be counted towards the page limitation for this submission. A Neutral rating will be selected if the past performance information (CPAR, PPQ, letter of recommendation, or any similar performance review) for the projects submitted in section F is missing or insufficient for a determination on past performance to be made. Locality: Knowledge of the locality. Demonstrate and describe experience in the local area and the specific knowledge of certain local conditions or project site features the experience provided. This description may include: Any prime firm or subcontractor experience at the site or within the VISN. Soil conditions and any effects they could have on required trenching or digging (if applicable). Approach to addressing any unique climate conditions (if applicable). Geological conditions, such as seismic (if applicable). State or local construction codes, laws, or regulations. If prior experience in or specific knowledge of the local area is minimal, describe how the team plans to obtain any specific knowledge of certain local conditions or project site features required for these projects. 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 sites and locality, and not where the firm is located and how they would travel to the sites. Information related to the firm s location shall be provided in section H, under Secondary Selection Criteria - Geographic Location. Construction Period Services: Describe your team s approach to providing construction period services that may include: professional field inspections during the construction period; review of construction submittals; support in answering requests for information (RFIs) during the construction period; support of construction contract changes, including drafting statements of work and cost estimates; attendance at weekly conference calls; providing minutes of meetings between the A-E, VA, and contractors; commissioning; pre-final inspection site visits; generation of punch-list reports; and production of as-built documentation. List project examples to demonstrate the prime firm s experience with construction period services. 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 Orlando VA Medical Center campus located at 13800 Veterans Way, Orlando, Florida 32827. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterions are used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of the evaluation of SF330s. 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 WRITTEN RESPONSES SELECTION CRITERIA: In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The selected firms will be invited to provide their written responses to predetermined questions via email to the A-E TEB. The instructions for the written responses will be provided to the selected firms only. Each selected firm will be evaluated based on their responses to the evaluation criteria. The highest rated firm will be selected based on their ratings from the written responses. The previous ratings from the SF 330 evaluations are not applicable during Phase II. Below are the evaluation factors for the written responses. The factors are listed in equal order of importance. Proposed Management Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase, prior to each submission, and during construction. Provide a detailed explanation of how comments from design review meetings will be incorporated into the next submission. Describe strategy for control of estimated cost and solutions for anticipated cost-related problems. Discuss proposed design team and their specific strengths and experience that make them the best fit for this project. Proposed Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the number of design phase and CPS site visits needed for this specific project. Identify elements in the SOW and supporting attachments that you see as challenges and provide recommendations for addressing each of these challenges. Simply restating the requirements (i.e., copying and pasting from the SOW) is not a sufficient response for this factor. Information about this project s challenges should provide specific examples and a plan on how each challenge will be managed. Proposed Approach to Design Development: Discuss how the team will coordinate specifications and drawings to ensure the design is thorough, accurate, and complete. Describe approach to evaluate existing site conditions and ensure new work will not conflict with existing work. Discuss familiarization or experience with VA design guides and directives and their application to this design. Describe plans to ensure this design complies with all current VA requirements and any future updates, and specified equipment will be Technical Reference Model (TRM) approved. Expectations for VA A-E Collaboration: Discuss what expectations the A-E firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product. 7. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF-330 Statement of Qualifications: Submit ONE (1) SF-330 Statement of Qualifications via email to the Contract Specialist Arianne De Los Reyes at Arianne.DeLosReyes@va.gov. This shall include Parts I and II and any applicable attachments. The SF-330 submission is due by 12:00 PM ET ON MONDAY, AUGUST 15, 2022. The SF-330 shall be submitted in one email and have a file size that shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF-330 Submission; 36C77622R0100 - Create Cardiovascular Center at Lake Nona Orlando VAMC. The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF-330 shall not exceed a total of FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. 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 as part of the page limitations. 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 and returned to the submitting firm. The completed PPQs should be incorporated into the SF330 document. PPQs should not be submitted 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 towards the page limitation of the SF330): Cage Code; 2) Unique Entity Identifier (UEI); 3) Tax ID Number; 4) The e-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry. All questions shall be submitted to Arianne De Los Reyes at Arianne.DeLosReyes@va.gov. The cutoff date for question submission is 12:00 PM ET ON FRIDAY, JULY 29, 2022. Questions will be answered through modification to the Pre-Solicitation Notice posted to Contract Opportunities. NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at time of SF330 Submission, Written Responses, 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 Joint Ventures must be CVE verified at time of SF330 and Written Responses submissions 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: www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s. SOW Attachments will be provided to the top-ranked firm selected to receive the solicitation. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

19,000 SF.
Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents