Washington, DC Bids > Bid Detail

C1DZ--544-356 Construct Prosthetic and Sensory Aid Center Minor Design - Columbia, SC VAMC(VA-24-00002622)

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159093597705103
Posted Date: Oct 12, 2023
Due Date: Nov 14, 2023
Source: https://sam.gov/opp/dda7454e1d...
Follow
C1DZ--544-356 Construct Prosthetic and Sensory Aid Center Minor Design - Columbia, SC VAMC(VA-24-00002622)
Active
Contract Opportunity
Notice ID
36C77624R0006
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 12, 2023 07:10 am EDT
  • Original Published Date: Oct 12, 2023 07:04 am EDT
  • Updated Response Date: Nov 14, 2023 01:00 pm EST
  • Original Response Date: Nov 14, 2023 01:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 12, 2024
  • Original Inactive Date: Feb 12, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Columbia VA Health Care System 6439 Garners Ferry Rd ,
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS 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
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 development of complete construction documents, which include working drawings, specifications, and reports, and construction period services for Project #544-356 Construct Prosthetic and Sensory Aid Center at the Columbia VA Health Care System in Columbia, South Carolina. 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 (FAR) subpart 36.6 Architectural and Engineering Services, VA Acquisition Regulation (VAAR) 836.6, and VA Acquisition Manual (VAAM) 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 (SDVOSB) concerns. The NAICS code for this procurement is 541330 Engineering Services and the annual small business size standard is $25.5M. A full design team is required to complete this project. The VA expects to award the anticipated A-E contract in December 2023.
The anticipated period of performance for completion of design is 300 calendar days after notice of award (NOA). The VAAR magnitude of construction is between $10,000,000 and $20,000,000. Please note that the 300-calendar-day period of performance for the design completion begins with the issuance of the NOA and that a notice to proceed (NTP) will not be issued for the completion of a design project.
3. A-E SELECTION PROCESS
Firms submitting SF 330s 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 evaluation. The selection will be made as follows:
SF 330s will be evaluated in accordance with the primary selection criteria as stated in this pre-solicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3(c), at least three 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. In accordance with FAR 36.607(b), any requested debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable, in accordance with 15.503, 15.506(b) through (f), and 15.507(c). Note that 15.506(d)(2) through (d)(5) do not apply to architect-engineer contracts.
Discussions will be held with the most highly qualified firms in either the form of written responses, phone interview, or interview presentations. The firms invited to participate in discussions will be notified by email and provided further instructions, including any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked based on the primary and (if necessary) secondary selection criteria. The final evaluation and ranking will consider the SF 330 submission for each firm, as well as additional information obtained via discussions. The highest rated firm will be selected to receive the solicitation and engage in negotiations.
The solicitation will be issued to the highest rated firm as a Request for Fee Proposal (RFP). All SOW attachments and site-specific documentation will be provided to the highest rated firm with the RFP. A site visit will be authorized 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 with the highest rated firm are unsuccessful, 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.
4. SELECTION CRITERIA:
Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria.
Primary Selection Criteria:
Specialized experience and technical competence in the design and construction period services shall be provided for construction a new Prosthetic and Sensory Aid Center. Projects experience should include design of new standalone facilities or additions to existing facilities that involve site utility investigation and design, geotechnical investigation, local municipality and utility investigation and design, geotechnical investigation, local municipality and utility coordination, civil design, MEP design, landscaping designing, data and low voltage distribution design, interior design, structural design, and fire protection design for projects in a registered historic district. Other specialized experience to demonstrate in projects includes construction critical path scheduling, construction cost estimating, BIM design practices, energy conversation techniques, and sustainable design practices.
Submissions shall include no more and no less than five (5) recent and relevant Government and private experience projects similar in size scope and complexity, and experience with the type of projects/competence above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined as services proved within the past five (5) years. Each project shall include the following:
Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e. prime contract, Teaming Partner or sub-contractor
Project Owner, owner s point of contact including telephone number and email address.
Services & Deliverables provided under the contract/task order
Period of Performance, including start and completion dates
Total dollar value of the project
Contract number associate with the project
Section G will use to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided relevant projects.
The evaluation will also consider narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated.
The management approach
The coordination of disciplines and subcontractors
Quality control procedures, and
Familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards.
Professional qualifications necessary for satisfactory performance of required services. The A-E shall demonstrate that they are able to sign and stamp each drawing by individuals licensed in any state in the United States for the key positions listed below. Provide Professional License numbers and/or proof of Licensure.
The evaluation shall consider the specific experience (minimum of five (5) years) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located.
A resume for each of the following key disciplines is required to be submitted as part of the SF330 submission in section E. key positions and disciplines required for this project include, but are not limited to: Project Manager, Architect, Registered Communications Distribution Designer (RCDD), Cost Estimator, Interior Designer, Civil Engineer, Electrical Engineer, Fire Protection Engineer, Mechanical Engineer, Plumbing Engineer, Structural Engineer, Quality Assurance, Commissioning Agent, Physical Security Specialist, BIM Model Manager, SEPS Manager, Geotechnical Engineer, and Historic Preservation Specialist.
Offeror must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement:
I, [signatory authority], of [company name], certify that the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not SBA certified SDVOSBs in compliance of VA Acquisition Regulation VAAR 852.219-75.
The information provided in sections C through E of SF 330 will be used to evaluate this 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 this firm s ability to meet the compressed 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, inclusive of all projects awarded by the VA during the previous 12 months and the full potential values of any current indefinite delivery contracts. Offeror shall clearly state their available capacity presenting workload percentages and expected completion date for the VA projects awarded in the previous 12 months. The information for this factor shall be provided in Section H of the SF330. Please ensure the capacity applies toward the team/personnel provided in the SF330.
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.
Past performance will be evaluated for all projects provided in Section F. The Contractor Performance Assessment Rating System (CPARS) database will be reviewed to evaluate the projects that have a CPARS entry. CPARS are not required to be submitted with the SF330. The contract number for the project must be submitted with each project in Section F so CPARS can be reviewed in the database.
For any project that does NOT have CPARS data available, a Past Performance Questionnaire (PPQ) is required to be submitted with the SF330. The PPQ should be rated and signed by the evaluator. In the event that a firm does not receive a requested complete PPQ from an evaluator prior to the time for submission, the firm shall submit the partially completed PPQ with Section 1 and the Evaluator Information in Section 2 completed. Ensure a POC is listed with the project title/contract number. The VA will make reasonable attempts to contact the POC upon submission for PPQ completion.
Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The Government reserves the right to contact any POC listed on a CPARS report or PPQ.
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. If appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services may be evaluated.
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 SF330 must be completed by the office/branch/individual team member performing the work under this contract. The information for this factor shall be provided in Section H of the SF330.
For PPQs, please utilize the attached PPQ document. Completed PPQs should be incorporated into the SF330 directly. PPQs should not be submitted to the VHA PCAC directly. Any PPQs will not be counted towards the page limitations for this submission. However, any narrative provided for past performance in Section H will be counted toward the page limit.
Knowledge of the locality, such as specific knowledge of local conditions or project site features. For example, this may include geological features, climatic conditions, or local construction methods that are unusual or unique. The information for this factor shall be provided in Section H of the SF330.
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, how far away the firm/branch office is from the site, and how they would travel to the site. Information related to the firm s location shall instead be provided in Section H under Secondary Selection Criterion Factor 1, Geographic Location. See below.
Experience in construction period services, to include professional field inspections during the construction period, review of construction submittals, coordination with project commissioning requirements or serving as commissioning agent, support in answering requests for information during the construction period, support of construction contract changes to include drafting statement of work and cost estimates, attendance at weekly conference calls, providing minutes of meeting between the A-E, VA, and contractors, pre-final inspection site visits, generation of punch-list reports, and production of as-built documentation.
The information for this factor must be provided in section H of SF 330.
Secondary Selection Criterion*:
Geographic location. Location of the firm, as measured by the driving distance (miles) between the offeror s principal business location and the project site:
6439 Garners Ferry Rd, Columbia, SC 29209.
Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/).
*The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 submission.
5. SUBMISSION REQUIREMENTS:
The below information contains the instructions and format that must be followed for the submission of the SF 330 Statement of Qualifications:
Submit ONE (1) SF 330 Statement of Qualifications to Contract Specialist Caroline Walker at caroline.walker@va.gov. This must include Parts I and II and any applicable attachments.
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 is due by 1:00 PM ET on November 14, 2023.
The SF 330 must 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 must read: SF 330 Submission - 36C77624R0006 Prosthetic and Sensory Aid Center, Minor Design Columbia, SC.
The SF 330 submission must not exceed a total of 50 pages. This includes title page, table of contents, and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page must be in Arial size 12 font, single spaced. Part II of the SF 330 and any CPARs or PPQs will NOT count toward the page limitation.
A PPQ obtained for another SF 330 submission may be submitted for this project. However, if significant portions of the project have been completed since the PPQ was filled out, a new PPQ should be submitted to accurately assess the project.
Firms must include the following information in section B of the SF 330 submission:
1) SAM Unique Entity Identifier
2) Tax ID number
3) Cage code
4) Primary point of contact s email address and phone number
All questions must be submitted to caroline.walker@va.gov with the subject line SF 330 Questions - Prosthetic and Sensory Aid Center, Minor Design Columbia, SC. The cutoff for question submission is 1:00 PM ET on November 6, 2023. Questions will be answered through modification to the pre-sol notice posted to Contract Opportunities at SAM.gov.
This procurement is a 100% set-aside for SDVOSB concerns. Offers received from other than SDVOSBs will not be considered. Offerors must be certified as SDVOSBs by the U.S. Small Business Administration (SBA) and visible in the Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) at the time of SF 330 submission, written response or interview presentation submission, and award. Failure to be certified in the VetCert database at these times will result in the offeror being deemed ineligible for award.
All joint ventures must be SBA certified at the time of SF 330 submission, written response/interview presentation submission, and award and must submit agreements that comply with 13 CFR 128.402 prior to contract award.
All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer will verify the NAICS code in VetCert. Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission.
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 SAM.gov for any revisions to this announcement prior to submitting their SF 330.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >