Ohio Bids > Bid Detail

C1PC--Repair Hill and Ponds-Grotto [552-22-203]

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159916951596332
Posted Date: Dec 12, 2022
Due Date: Jan 9, 2023
Solicitation No: 36C25023R0030
Source: https://sam.gov/opp/7573389c2b...
Follow
C1PC--Repair Hill and Ponds-Grotto [552-22-203]
Active
Contract Opportunity
Notice ID
36C25023R0030
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 12, 2022 09:47 am EST
  • Original Response Date: Jan 09, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1PC - ARCHITECT AND ENGINEERING- CONSTRUCTION: UNIMPROVED REAL PROPERTY (LAND)
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    DEPARTMENT OF VETERANS AFFAIRS DAYTON VAMC Dayton , OH 45428
    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: 552-22-203 Repair Hill and Ponds Grotto at the Dayton VA Medical Center, 4100 W. Third St, Dayton, Ohio 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: This project will address the current conditions on the existing retaining wall, Boat House supporting structure and spillway are extremely deteriorated including holes in multiple locations and missing mortar and concrete. The Upper Grotto North by Northeast wall has extensive damage caused by erosion.

Period of Performance: 150 Calendar Days after Contractor s receipt of Notice to Proceed
Contract Type: Firm-Fixed-Price
Estimated Magnitude of Construction: Between $250,000 $500,000 (See FAR 36.204)
NAICS Code: 541310
Business Size Standard: $8 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:
Selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1 and VAAR 836.602-1:
Technical Capability
Past Performance
Location

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 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:
Completed SF330s can be submitted via electronic mail to Jenessa Regan, Contracting Officer, at jenessa.regan@va.gov no later than January 9, 2023 at 12:00 PM EST.
The SF330s are due on January 9, 2023 at 12:00 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: http://www.gsa.gov/portal/forms/download/116486). 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 (jenessa.regan@va.gov). Telephone inquiries will not be honored.
9. VA Primary Point of Contact:
- Jenessa Regan
- Contracting Officer
- Email: jenessa.regan@va.gov

10. Attachments
- Statement of Work Grotto Rev 3
- 552-22-203 Dayton Evaluation Criteria Grotto
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 12, 2022 09:47 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 >