Ohio Bids > Bid Detail

C1DA--Renovate B26 Mental Health Unit 538-23-102

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159413884881505
Posted Date: Dec 2, 2022
Due Date: Jan 11, 2023
Solicitation No: 36C25023R0043
Source: https://sam.gov/opp/07f5934035...
Follow
C1DA--Renovate B26 Mental Health Unit 538-23-102
Active
Contract Opportunity
Notice ID
36C25023R0043
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: Dec 02, 2022 08:47 am EST
  • Original Response Date: Jan 11, 2023 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Chillicothe VA Medical Center 17273 State Route 104 Chillicothe , OH 45601
    USA
Description
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 Architect/Engineer (A/E) Design Services for Project Number 538-23-102, Renovate B26 Mental Health Unit at the Chillicothe VA Medical Center, State Route 104, Chillicothe, Ohio 45601.
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via Contracting Opportunities. 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 A/E design 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 objective of this project is to provide A/E services in support of Renovate B26 Mental Health Unit [538-23-102] at Chillicothe VA Medical Center.
Period of Performance: 150 Calendar Days after Contractor s receipt of Notice to Proceed
Estimated Magnitude of Construction: Between $1,000,000 and $5,000,000 (see FAR 36.204)
Contract Type: Firm-Fixed-Price
NAICS Code: 541310
Business 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
(1) SDVOSB eligible firm;
(2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and
(3) 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 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.
THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.
E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54)
4. EVALUATION FACTORS:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Firms responding to this notice shall do so using Standard Form 330 (SF330) and will be evaluated and ranked using the selection criteria listed below. The evaluation factors are to be addressed in Part H of the SF330. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The factors are individually weighted as indicated.

The following factors shall be used to evaluate offers:

Professional qualifications necessary for satisfactory performance of required services (15% weighting)

Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team.
(30% weighing)

Firm s Capacity (15% weighting)

Past Performance (20% weighting)
Geographic Location (10% weighting)

The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors.
(10% weighting)


Professional qualifications necessary for satisfactory performance of required services (weighting 15%)

All key personnel listed below for whom resumes shall be provided are the minimum required and shall be shown on an organizational chart in Section D of SF 330, Part 1. Personnel may fill multiple roles if qualified. Personnel shall provide professional license jurisdiction of issue and license numbers and/or proof of licensure. Any additional staff beyond the below minimum key personnel being made available for work shall also be indicated on the chart.

a. One (1) Professional Engineer or Licensed Architect with experience in:
i. Healthcare Facility Design and Construction
ii. Healthcare Facility Design specific to Inpatient Mental Health Units
iii. Government Project Management
iv. Quality Assurance and Quality Control (QA/QC)

b. One (1) certified physical security specialist with experience in:
i. risk and vulnerability assessments
ii. physical security design and CPTED

c. One (1) Mechanical Engineer with experience in:
i. HVAC design to include air flow

d. One (1) Plumbing Engineer with experience in:
i. Plumbing design
ii. Knowledge of VHA Directive 1061

e. One (1) Electrical Engineer with experience in:
i. General building electrical distribution
B. Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team. (weighting 30%)

Provide specific Inpatient Mental Health design experience within the past three (3) years of the personnel proposed.
Include specialized experience and technical competence with healthcare related designs specific to Inpatient Mental Health using the VA s current Design Guide for Inpatient Mental Health.
Include specialized experience utilizing the VA s Mental Health Environment of Care Checklist (MHEOCC).
Demonstrate successful completion of at least three (3) separate designs.

C. Firm s capacity (weighting 15%)

Describe the firm s ability to accomplish the work in the required time, including existing workload from all private and public clients and awards with similar scope requirements that may limit capacity to perform project work expeditiously.

D. Past performance (weighting 20%)

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules.

a. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System (CPARS) for projects listed in Section F of the SF330 as well as any other projects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant other information available to the Government.
b. Preferred to have past performance with federal Government agencies.

E. Geographic Location (weighting 10%)

Project designated staff shall provide travel times from primary place of work to the Chillicothe VAMC. Project designated staff shall be assigned a score based on the criteria below. SF-330 shall achieve a score on the basis of average score of project designated staff.

a. Greatest preference will be for locations within 1.5-hour travel time of the Chillicothe VA Medical Center.
b. Preferred to have a physical presence within 3-hour travel time.

F. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors (weighting 10%).

Firms (Prime and Subcontractor(s)) shall be VIP Vetbiz CVE certified if SDVOSB or VOSB.

All other small business firms shall be certified by SAM.gov or Fed Data Check.

Estimate percent of project overall workload shall be designated for each firm (prime and sub).
a. SDVOSB shall be given greatest preference.
b. VOSB shall be given great preference.
c. All other small businesses to be preferred.

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 #8 below when addressing evaluation factors.
5. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under VAAR 836.602-1, Selection Criteria. Negotiations will then 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:
Completed SF330s must be submitted by Email to Jeremy Nee, Contract Specialist, at jeremy.nee@va.gov no later than January 11, 2023 at 1:00 PM EST. Late submissions will not be accepted. It is considered late when it is received after the time and date specified in this Presolicitation notice.
The SF330s are due on January 11, 2023, at 1:00 PM EST.
Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: https://www.gsa.gov/forms-library/architect-engineer-qualifications). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed.
8. No Fax or Telephonic Responses will be accepted: No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (jeremy.nee@va.gov). Telephone inquiries will not be honored.
9. VA Primary Point of Contact:
- Jeremy Nee
- Contract Specialist
- Email: jeremy.nee@va.gov
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
  • Dec 02, 2022 08:47 am 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 >