Arizona Bids > Bid Detail

NOTICE OF INTENT TO SOLE SOURCE-ARCHITECT-ENGINEERING SERVICES VA PHOENIX HOSPITAL REMODEL WARD 2C

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159071218175340
Posted Date: Jan 4, 2023
Due Date: Jan 19, 2023
Solicitation No: W912PL23S0002
Source: https://sam.gov/opp/c0c1e8c10d...
Follow
NOTICE OF INTENT TO SOLE SOURCE-ARCHITECT-ENGINEERING SERVICES VA PHOENIX HOSPITAL REMODEL WARD 2C
Active
Contract Opportunity
Notice ID
W912PL23S0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST LOS ANGELES
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 04, 2023 08:07 am PST
  • Original Response Date: Jan 19, 2023 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Phoenix , AZ 85012
    USA
Description

NOTICE OF INTENT TO ISSUE SOLE SOURCE AWARD



PROJECT TITLE: DESIGN SERVICES FOR VA PHOENIX HOSPITAL REMODEL WARD 2C AT 650 E. INDIAN SCHOOL RD., PHOENIX, AZ



USACE Los Angeles District intends to solicit and negotiate with Nagel Services LLC on a sole source basis under the authority of FAR Subpart 6.302-1 Only one responsible source and not other supplies or services will satisfy agency requirement.



This request is not a request to be placed on a solicitation mailing list. It is for information only and is not a Request for Proposal (RFP), SF330s, or announcement of a solicitation. The purpose of this notice is to obtain sources for A-E Services to meet the requirements identified below. Interested firms may identify their capability to respond to the requirement All information received within fifteen days after publication of this Notice will be considered by the Government, if applicable. If no other sources exist that can meet the requirements, then it is the Government’s intent to sole-source the A-E Services to Nagel Services, LLC.



USACE is conducting a market survey to identify potential Architect-Engineering (A-E) Firms to provide A-E Services to fulfil the Scope of Work identified below, such as design services and construction phase services related to an existing design completed by the original Designer of Record (DOR) Nagel Services LLC for the VA Phoenix Hospital Remodel Ward 2C at 650 E. Indian School Rd., Phoenix, AZ. This requirement is to perform the following: correct and augment an existing design (plans/specifications), repackage design and solicitation for USACE’s acquisition strategy for construction, provide construction phase services to support USACE such as answer RFIs from construction contractors and review shop drawing submittals. A determination by the Government not to sole source this requirement based upon responses to this Notice is solely within the discretion of the Government.



A-E CONTRACT INFORMATION:



USACE will procure this contract in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6.



A-E Services to fulfil the Scope of Work identified below, to perform the following: correct and augment an existing design (plans/specifications), repackage design and solicitation for USACE’s acquisition strategy for construction, provide construction phase services to support USACE such as answer RFIs from construction contractors and review shop drawing submittals.



NAICS is 541310 – Architectural Services with a small business standard of $11.0M.



Type of Contract: Firm-Fixed-Price Contract



Set Aside: Other than Full and Open Competition



Range of Estimated A-E Cost Price: Between $250,000 and $500,000.



Estimated starting and completion dates: February 2023 – June 2024



Scope of Work/Project Information - Perform and participate in: Design Quality Reviews (DQR), Design Special Systems, support Biddability, Constructability, Operability, Environmental, and Sustainability (BCOES) and Solicitation Phase Services to include Conformed sets of Plans and Specifications, and Construction Phase Services (CPS). Perform all services either directly by or under the supervision of licensed/registered architects/engineers. Conduct all reviews of technical documents electronically using email and utilizing Government systems (ProjNet)



Range of Estimated Construction Cost: Between $5,000,000 and $10,000,000



TASK 1. Design Quality Reviews (DQR)



i. Provide review and evaluation responses to all DrChecks comments in ProjNet, and make resulting corrections to plans, specifications, basis of design, and other documents prepared by the A-E, so that all government review comments are fully satisfied and closed. Refer to Attachment 1 for the list of “Open” specific Design Quality Review comments and paragraph 8 “Services Required” for additional detail. There are a total of 447 “Open” comments.



ii. Weekly progress meeting check-ins after award. A-E must schedule a weekly meeting with the Government to report progress. Coordinate and establish date and time at the kick-off meeting.



iii. A one-day virtual DQR conference will be coordinated and scheduled by the A-E following Evaluation of all the DQR comments. Agenda to be developed and provided to the Government at least three calendar days prior to the start of the meeting.



TASK 2. Design Special Systems



i. Provide design solutions (plans, specifications, and basis of design) that includes capabilities/infrastructure for Special IT/Communication Systems so that it can be integrated and is compatible with the existing systems. See paragraph 8 for details.



ii. A separate on-site design kick-off/coordination meeting will be conducted for this separate design effort with virtual dial-in for those unable to attend in person.



iii. One virtual design conference will held after the submission and Government review period of the design documents. The A-E will coordinate the date and time and lead the design conference.



TASK 3. Solicitation Phase Services



i. Biddability, Constructability, Operability, Environmental, and Sustainability (BCOES) Phase (ER 415-1-11): Provide technical support with the relevant architectural or engineering disciplines to review and evaluate responses to all DrChecks comments in ProjNet, and make resulting corrections to plans, specifications, basis of design, and other documents prepared by the A-E, until all government review comments are fully satisfied and closed. The BCOES review results will be incorporated into the procurement documents for the Solicitation Phase.



ii. Solicitation Phase: Provide technical support with the relevant architectural or engineering disciplines to answer Bidder Inquiries and make required revisions to the solicitation plans and specifications, basis of design and other documents prepared by the A-E, to support Amendments during the advertisement period.



iii. Conformed Set of Plans and Specifications: Work closely with the Government to provide a Conformed Set of Plans and Specifications. The timing of this deliverable is within a day or two of the construction contracts awards or immediately after the award. This set will incorporate all Amendments and include the contract number on all documents. The contract number will be provided by the Government.



TASK 4. Construction Phase Services (CPS)



i. Provide services to review technical Submittals, Shop Drawings, respond in detail to RFIs submitted by the construction contractor, review As-Builts produced by the construction contractor, and perform construction site visits to verify and validate construction compliance to include any commissioning activities against the approved plans and specifications.



Interested Firms capable of performing the DOR responsibilities and want to be considered shall provide name, company data, and written statement of compliance and willingness to assume all risk and responsibility as the Designer of Record (DOR) for the design and perform construction phase services. The written statement of compliance shall include necessary backup information and supporting documentation. A list of projects with a detail description of the design in which the design firm had taken over hospital remodel with incomplete designs by other firms and assumed DOR responsibility, shall be provided. The list shall include the exact location of project(s) and a point of contact with phone numbers.



The Government will not pay for any material provided in response to this Notice nor return the data provided. All interested firms should email their responses to the contacts identified at SAM.GOV not later than fifteen (15) days after the date of publication of this Notice. No other forms of transmission are requested or will be accepted.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 915 WILSHIRE BLVD SUITE 1109
  • LOS ANGELES , CA 90017-3409
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 04, 2023 08:07 am PSTSpecial Notice (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 >