Ohio Bids > Bid Detail

C219--CxA Renovate 3rd Floor Amb 541-23-101

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159055633127956
Posted Date: Nov 8, 2022
Due Date: Dec 8, 2022
Solicitation No: 36C25023R0033
Source: https://sam.gov/opp/20b65bfd04...
Follow
C219--CxA Renovate 3rd Floor Amb 541-23-101
Active
Contract Opportunity
Notice ID
36C25023R0033
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?

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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 08, 2022 03:00 pm EST
  • Original Response Date: Dec 08, 2022 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center , OH 44106
    USA
Description
Page 2 of 5

REQUEST FOR SF330
1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Commissioning Agent (CxA) Services for Project Number 541 23 101, CxA Renovate 3rd Floor Ambulatory Care for Specialty Care Clinic at the Louis Stokes Cleveland VA Medical Center, 10701 East Blvd., Cleveland, Ohio 44106.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated CxA services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6.
2. DESCRIPTION: The purpose of this requirement is for the following:
A. Commissioning:
To procure a qualified Commissioning Agent (CxA) who administers the Cx process by managing the Cx team and overseeing the Commissioning Process. Where CxA is used, it means the Commissioning Agent, members of his staff or appointed members of the commissioning team.
B. Constructability and Coordination review:
To provide an independent, comprehensive and structured Constructability and Coordination review of the 100% Submission Contract Document Drawings and Specifications be a qualified construction industry professional(s) to reduce the impact to project construction schedule, cost, life safety and quality prior to bidding.
*See attached Statement of Work for further requirements
Period of Performance: 1,067 Calendar Days after Contractor s receipt of Notice to Proceed
Contract Type: Firm-Fixed-Price
Estimated Magnitude of Construction: between $5,000,000 and $10,000,000 (See FAR 36.204)
NAICS Code: 541310
Size Standard: $11 Million

3. VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a
SDVOSB eligible firm;
Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and
SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.va.gov/

Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov.

4. EVALUATION FACTORS:
The Government will negotiate a contract resulting from this pre-solicitation notice to the responsible offeror whose qualifications conform to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate qualifications:
Technical Capability (55% weighting)
Past Performance (40% weighting)
Geographic Location (5% weighting)

Technical Capability (55% weighting) in providing commissioning services for the renovation project for Specialty Care space located on the Third Floor of the Louis Stokes Cleveland VA Medical Center. Work shall include programming, Design Submissions, Site Investigation/ Field Verification, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, System Integrator Services and Construction Administration Services. Include Government and private sector experience on projects similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. 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.

Offeror shall provide a Summary Page of its recent and relevant specialized experience and technical competence which is similar in size, scope and magnitude to this requirement. Relevant is defined as those task requirements identified in the RFP s Scope of Work. Recent is defined as services provided within the past five (5) years.

Offeror shall provide a minimum of 3 projects but no more than five (5). 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 Contractor, Teaming Partner or Subcontractor
Project Owner, owner s point of contact including telephone number and email addresses
Services & Deliverables provided under the contract/ task order
Period of Performance, including start and completion dates
Total dollar value of the project

Past Performance (40% weighting) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, recommendation letters, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified.

The following information is required for all projects: contract/ task order number, project title, prime firm, start date, and completion date. 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 also evaluate past performance on previously awarded federal task orders and any other information available.

Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated.

Geographic Location (5% weighting) - It is important that the offerors be responsive in a timely manner to being onsite to support this project. Offerors shall provide the travel time that the prime contractor and each of their subconsultants that need to be onsite are away from the Louis Stokes Cleveland VA Medical Center by car and air (if applicable). The SSEB will evaluate the lowest aggregate time from each offeror divided by the total number of prime/ subcontractors to arrive at an average travel time for that offeror. The SSEB will then rank the average travel time from each offer from the lowest to highest (the lower the time, the better the ranking).

PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part IA to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.
Additionally, keep in mind the submission requirement restrictions outlined in #7 below when addressing evaluation factors.
5. SELECTION PROCESS: in accordance with FAR 36.602-5, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s are evaluated, negotiations will begin with the most preferred firm.
6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states:
The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable.
For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:
1) One (1) electronic pdf copy via e-mail:
a. See attachments for procedures (i.e., eCMS Getting Started Guide for Vendors & eCMS Vendors_Guide_v4_2);
b. Size limitation is 20MB;

The SF330s are due on Thursday, 8 December 2022, by 4PM EST.
Acceptable electronic formats (software) for submission of SF330 packages:
(a) Files readable using the current Adobe Portable Document Format (PDF);
(b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater;
(c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger;
(d) Please note that we can no longer accept .zip files due to increasing security concerns.
The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search.
8. No Fax or Telephonic Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Angie.Carpenter@va.gov.
9. VA Primary Point of Contact:
- Angie Carpenter
- Contract Specialist
- Email: angie.carpenter@va.gov

Award of any resultant contract is contingent upon the availability of funds.
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
  • Nov 08, 2022 03:00 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 >