Ohio Bids > Bid Detail

C1DA--AE Building 31 Central Elevator 538-24-200

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159695542955839
Posted Date: Jan 26, 2023
Due Date: Feb 13, 2023
Solicitation No: 36C25023R0094
Source: https://sam.gov/opp/bc33fcd74f...
Follow
C1DA--AE Building 31 Central Elevator 538-24-200
Active
Contract Opportunity
Notice ID
36C25023R0094
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: Jan 26, 2023 02:48 pm EST
  • Original Response Date: Feb 13, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 23, 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:
    Department of Veteran Affairs Network Contracting Office (NCO) 10 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 538-24-200, A/E Design B31 Central Elevator at the Chillicothe VA Medical Center, 17273 State Route 104, Chillicothe, OH 45601.

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 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 AE firm shall provide all programming, design Submissions, Site Investigation/Field Verification Services, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, and Construction Administration Services for the project A/E B31 Central Elevator, located on the Chillicothe Veterans Affairs Medical Center, 17273 State Route 104, Chillicothe, OH 45601.
See attached Statement of Work for further requirements
Period of Performance: 180 Calendar Days after Contractor s receipt of Notice to Proceed
Contract Type: Firm-Fixed-Price
Estimated Magnitude of Construction: between $25,000 and $100,000 (See FAR 36.204)
NAICS Code: 541330
Size Standard: $16.5 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 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: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1: The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Professional Qualifications
Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team
Firm s Capacity
Past Performance
Location
Record of significant claims against the firm because of improper or incomplete architectural and engineering services
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

Award shall be made to the offeror whose quote offers the best value to the government, considering Professional Qualifications, technical capability, capacity, past performance, and location. The government will evaluate information based on the comparative evaluation procedures authorized in FAR Part 13.106-2 Evaluation of Quotations of Offers using the following evaluation criteria:

Firms responding to this notice shall do so using Standard Form 330 (SF-330) and will be evaluated and ranked using the selection criteria listed below. The evaluation factors are to be addressed in Section H of the SF-330 unless otherwise detailed below. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The factors are individually weighted as indicated.

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 must be registered to perform professional design work in the State of the project location unless not specifically required per the Contract or Task Order, in which case architects and engineers may be registered in any State. Any additional staff beyond the below minimum key personnel being made available for work shall also be indicated on the chart.
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) Licensed Architect with experience in:
Healthcare Facility Design and Construction
Government Project Management
Quality Assurance and Quality Control (QA/QC)
One (1) Licensed Structural Engineer
One (1) Licensed Electrical Engineer
One (1) Elevator Design Consultant

Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team. (weighting 20%)

Provide the specific experience within the past three (3) years of the personnel proposed. Include specialized experience and technical competence with healthcare related designs. Personnel Experience as required by this criterion shall be located in Section E Resumes of Key Personnel and Section G Key Personnel Participation in Example Projects
Include no more than five (5) Government and/or private experience projects completed within the past eight (8) years that best illustrate specialized experience as listed above, with at least 95% of the design completed, with at least three (3) of these projects having been successfully completed through construction period services.
Firm Experience as required by this criterion shall be located in Section F Example Projects
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).

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 Existing Workload of the firm and/or key personnel to be performed during the period of June 2023 to June 2024.
Provide evidence supporting the firm s ability to perform work in the required time.

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.

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.
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 on the basis of 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.

Record of significant claims against the firm because of improper or incomplete architectural and engineering services (weighting 10%)

Identify all litigation against the firm because of improper or incomplete architectural or engineering services over the last five years from the date of this announcement and the outcome(s).

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).
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 #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 may be held with at least three of the most highly qualified firms. After discussions have concluded (if held), 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 VAAM 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:
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 Tuesday, 21 July 2022, at 3PM 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 Stanley.burdine@va.gov.
9. VA Primary Point of Contact:

- Stanley Burdine
- Contract Specialist
- Email: Stanley.burdine@va.gov

See attached document: P01. AE B31 Central Elevator - AE SOW_Redacted
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
  • Jan 26, 2023 02:48 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 >