Ohio Bids > Bid Detail

C1DZ--Renovate Infrastructure B129 PH 2 AE Design

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159852768822736
Posted Date: Apr 5, 2023
Due Date: May 4, 2023
Solicitation No: 36C25023R0132
Source: https://sam.gov/opp/e6869abc78...
Follow
C1DZ--Renovate Infrastructure B129 PH 2 AE Design
Active
Contract Opportunity
Notice ID
36C25023R0132
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 05, 2023 07:18 am EDT
  • Original Response Date: May 04, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 02, 2023
  • 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:
    Department of Veterans Affairs Dayton VA Medical Center Dayton , OH 45428
    USA
Description
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 Renovate Building 129 infrastructure, Phase 2, Project Number 552-21-103, at the Dayton VA Medical Center, 4100 West Third Street, Dayton, OH 45428.

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: Provide architecture and engineering services in support of a project to renovate the building 129 infrastructure. Repair/ replace stone sills, entrance doors including thresholds, and exterior bricks as necessary. Perform lightning protection risk analysis per NFPA 780. Replace secondary electric systems, provide basic air conditioning to include ductwork. Install new hot water heating system, replace steam piping to existing hot water converter, replace pressure reducing station. Inspect, repair, replace existing exhaust fans, wood framing, load bearing framing, and install new sprinkler system. Abate all asbestos containing material and lead based products.

Period of Performance: 300 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: $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

SDVOSB eligible firm;
Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and
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://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 conforms to the solicitation will be most advantageous to the Government. 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.

The following factors shall be used to evaluate offers:

Technical Capability (30% weighted)
Past Performance (30% weighted)
Construction Period Services (30% weighted)
Location (5% weighted)
SDVOSB/VOSB or other Small Business Subcontractors (5% weighted)

The government will evaluate information based on the evaluation procedures authorized in FAR 36.602-1, Selection Criteria, and VAAM 836.602-1, Selection Criteria, using the following evaluation criteria:

Factor 1 - Technical Capability: The evaluation process will consider whether the qualifications demonstrate a clear understanding of the technical features involved in meeting the requirements of the solicitation.

Professional Qualifications necessary for satisfactory performance of required services. Provide resumes for all key personnel required to complete the services indicated in this solicitation. Professional disciplines are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory.
Specialized experience of personnel proposed for assignment to the contract and their record of working together as a team. Provide specialized experience and technical competence with healthcare related designs in inpatient, ambulatory care settings, in the type of work indicated in this solicitation.

Factor 2 - Past Performance: The offeror s proposal must include a summary description of at least three but no more than five prior contracts/orders per team member/sub-contractor for projects completed within the last five years with organizations with similar mission and functional domains, and of comparable size, complexity, and scope. These references must also include:

Contract/Order Number, brief description of the project, type of contract, amount of the contract
Contracting Officer s Name and Phone Number, Government agency
Contracting Officer s Representative Name and Phone Number
The Offeror must indicate whether they were the prime contractor, sub-contractor or other teaming arrangement. Prime shall indicate which aspect they are directly responsible for of this requirement.
The Offeror is required to provide references for the above projects. In the event the company itself does not have relevant past performance; references may be submitted on contracts performed by the Key Personnel of the company. The VA reserves the right to contact all the references that the Offeror lists.

Factor 3 - Construction Period Services:

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
Cost Estimates

Factor 4 - Location: The Offeror must indicate how far their company is located from the Dayton VA Medical Center by stating the timeframe to be onsite for this project in response to an emergent need.

Factor 5 - 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:

Firms (Prime and Subcontractor(s)) shall be certified through the SBA Veteran Small Business Certification if SDVOSB or VOSB.
All other socioeconomic firms shall be certified by Systems of Award Management and/or Small Business Administration.
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 social economic classifications 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, the board will hold discussions or interviews 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.

6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting-Certificate 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 Angie Carpenter, Contracting Officer, at angie.carpenter@va.gov no later than May 4, 2023, at 3:00 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 Thursday, May 4, 2023, at 3:00 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. Submissions (SF330 plus supporting documentation) shall not be more than 75 pages; any additional documentation after the 75-page limit will not be considered for evaluation.

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 (angie.carpenter@va.gov). Telephone inquiries will not be honored.

9. VA Primary Point of Contact:
- Angie Carpenter
- Contracting Officer
- Email: angie.carpenter@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
  • Apr 05, 2023 07:18 am EDTPresolicitation (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 >