Ohio Bids > Bid Detail

C1DZ--A/E Replace Chapel HVAC - 538-25-204

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159435672750239
Posted Date: Mar 5, 2024
Due Date: Apr 4, 2024
Source: https://sam.gov/opp/d0adc8ae2f...
Follow
C1DZ--A/E Replace Chapel HVAC - 538-25-204
Active
Contract Opportunity
Notice ID
36C25024R0103
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 05, 2024 08:39 am EST
  • Original Response Date: Apr 04, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 03, 2024
  • Initiative:
    • None
Classification
  • 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:
    • 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 Replace Chapel HVAC. Project Number 538-25-204, Replace Chapel HVAC 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 Replace Chapel HVAC [538-25-204] at Chillicothe VA Medical Center.
Period of Performance: 225 Calendar Days after Contractor s receipt of Notice to Proceed
Estimated Magnitude of Construction: Between $500,000 and $1,000,000 (see FAR 36.204)
Contract Type: Firm-Fixed-Price
NAICS Code: 541310
Business Size Standard: $12.5 Million

3. VetCert & SAM: In accordance with VAAR 819.7003(b) (Deviation), at the time of offers/quotes (SF330 submission), and at the time of 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) Deviation - Certified SDVOSB/VOSB listed in the SBA certification database (aka VetCert) at https://veterans.certify.sba.gov/ (see 13 CFR 128).
If registration is required, visit https://veterans.certify.sba.gov/ to register.
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://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 (SF-330) and will be evaluated and ranked using the selection criteria listed below. The evaluation factors are to be addressed in Part H of the SF-330 unless otherwise listed below. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The factors are individually weighted as indicated. SF-330 responses shall be no longer than 75 standard 8.5 x11 pages.

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.
(20% weighting)

Firm s Capacity (15% weighting)

Past Performance (15% weighting)

Geographic Location (10% weighting)

Construction Period Services (15% 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. Personnel may fill multiple roles if qualified. All architects and engineers performing work on this project are required to be licensed, registered, or certified by a US State, the District of Columbia or a US territory. 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. Proposed team member experience shall be relevant within the last five (5) years.

Personnel Qualifications and Experience as required by this criterion shall be located in Section E Resumes of Key Personnel.

Organizational Chart shall be located in Section D Organizational Chart.

One (1) Professional Engineer or Licensed Architect with experience in:
Government Project Management
Quality Assurance and Quality Control (QA/QC)

One (1) Mechanical Engineer/Designer with extensive experience in:
Building HVAC Design
DDC Controls

One (1) Electrical Engineer with experience in:
General building electrical design

One (1) Certified Industrial Hygienist with experience in:
Testing, evaluation, and design of ACM abatement

Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team (weighting 20%)
Include specialized experience and technical competence with HVAC designs. Demonstrate successful completion of at five (5) separate designs, three (3) of which have entered construction period services. List completion dates for professional services and/or construction for all projects. If completion dates are not available, provide a status update that includes a brief description of the project, including scope, size, cost, principal elements, special features, and relevance of the example project to this contract. Firm Experience as required by this criterion shall be located in Section F Example Projects. Federal Government CPARS may also be considered, in conjunction.

Include specialized experience and technical competence with extensive HVAC design to include chillers, air handlers, heat exchangers, hydronic piping and pumps, reheat and DDC Controls.
All projects provided in the SF-330 must involve some effort or contribution from the prime firm (or former firm names as listed in Part II General Qualifications).
Include no more than five (5) Government and/or private experience projects, completed by prime or subcontractor, within the past eight (8) years that best illustrate specialized experience as listed above, with at least 95% of the design completed.
Include at least three (3) of these projects having entered Construction Period Services.

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.

Provide a list of current contractual obligations from all public and private clients of the firm and/or key personnel with periods of performance extending up to one (1) calendar year from SF330 submission. Provide project title, estimated construction costs (if applicable), and period of performance dates for the contractual obligations.
Provide evidence supporting the firm s ability to perform work in the required time, such as execution of simultaneous task orders with construction costs equal to or greater than this solicitation.

Past performance (weighting 15%)

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

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 SF-330 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.
Preferred to have past performance with federal Government agencies.

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 based on the average score of project designated staff.

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

Construction Period Services (weighting 15%)

Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services.

Professional Field Inspections
Review of Construction Submittals
RFI Support
Support Construction Contract Changes to Include Drafting Statements of Work and Cost Estimates
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 SBA Certified (aka VetCert) if SDVOSB or VOSB. To be considered, SDVOSB/VOSB firms must be listed in the SBA Certification database at https://veterans.certify.sba.gov/ (see 13 CFR 128).
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).
SDVOSB shall be given greatest preference.
VOSB shall be given great preference.
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 #7 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, if the board intends on holding discussions or interviews at least three of the most highly qualified firms will be selected. 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.
6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certficate of Compliance for Services and Construction (Deviation) under 852.219-75(a)(1)(i), it states:
Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
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 April 4, 2024 at 2:00 PM ET. 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 April 4, 2024, at 2:00 PM ET.
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
  • Mar 05, 2024 08:39 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 >