DOCUMENT
B -- Project 590-18-105, HRSD Infiltration and Inflow Compliance - Attachment
- Notice Date
- 5/2/2018
- Notice Type
- Attachment
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24618Q9145
- Archive Date
- 8/9/2018
- Point of Contact
- Daniel Spaulding
- E-Mail Address
-
k
- Small Business Set-Aside
- N/A
- Description
- PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. The NAICS Code for this acquisition is 541690, Other Scientific and Technical Consulting Services, and the applicable Small Business Size Standard is $15.0 million annual revenue. During performance, the selected A/E firm will be required to attend meetings and conduct studies/evaluations in person, on site, at the Hampton VA Medical Center, Hampton, Virginia. Therefore, the area of consideration is RESTRICTED to a maximum 250-mile radius of the Hampton VA Medical Center, 100 Emancipation Drive, Hampton, Virginia 23667 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. NOTE: The 250-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). Proximity of the firm s assigned office, to the project site, including within the 250-mile radius, is one of the criteria on which selection of the most highly qualified firms will be based. Interested parties shall ensure current licensing to provide engineering services in accordance with the State regulations of Virginia, and shall have a current registration in: (1.) the System for Award Management (SAM) database at https://www.sam.gov, (2.) and the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu, if applicable, and (3.) have submitted the current cycle VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000.00 or more). Failure of a proposed (SDVOSB or VOSB to be certified by the CVE, in the VIP database) at the time the SF 330 is submitted shall result in ineligibility for evaluation preference under VAAR provision 852.215-70 and VAAR provision 852.215-71. PROJECT INFORMATION: Project No. 590-18-105 HRSD Infiltration and Inflow Project Hampton VA Medical Center 100 Emancipation Drive Hampton, Virginia 23667 **SEE ATTACHED STATEMENT OF WORK. PROJECT DESCRIPTION: The A/E services contractor shall provide engineering services for Project 590-18-105, HRSD Infiltration and Inflow Project. The project requires use of an existing GIS database, and a Preliminary Flow, Pressure and Rainfall (FPR) Monitoring Plan being procured separately, to complete Milestones 3 through 8 of the HRSD Infiltration/Inflow (I/I) Compliance Milestones for the Hampton VA Medical Center (Hampton VAMC) in Hampton, Virginia. All work will be carried out in compliance with the Federal Facility Technical Standards and the Infiltration/Inflow Order (I/I Order) issued by the Hampton Roads Sanitation District (HRSD) to the Hampton VAMC. The estimated time to complete all work, given the milestone due dates set by HRSD, is anticipated to be 720 days from issuance of Notice to Proceed (NTP) work under the contract. **SEE ATTACHED STATEMENT OF WORK. DESIGN COSTS: FAR 52.236-22 Design Within Funding Limitations, is not applicable to this contract requirement for engineering services. There is little or no design effort involved in this project related to construction of real property and no construction project is anticipated directly related to any designs originating under this project (see FAR 36.609-1(c)(3)). The scope of this project does not include the development of any specific design(s) to construct or modify real property. SMALL BUSINESS SET-ASIDE: This request for A-E firm qualifications packages is 100% set-aside for small business concerns under FAR subpart 19.5. The rule of two was not met during market research, for a set-aside under the Veterans First Contracting Program (38 U.S.C. 8127 and 38 U.S.C. 8128), or other socioeconomic set-aside categories prioritized above small businesses. LIMITATIONS ON SUBCONTRACTING: In accordance with FAR 52.219-14, Limitations on Subcontracting and 13 CFR 125.6(a)(1), for services (except construction), a small business agrees that, in the performance of the contract, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. SDVOSBs or VOSBs claiming evaluation preference under VAAR 852.215-70 (see below and VAAR 852.215-71, also below) shall comply with the requirements of 13 CFR 125.6(b)(1). VAAR 852.215-70, SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS: In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled Veteran-owned or Veteran-owned small business status and their proposed use of eligible service-disabled Veteran-owned small businesses and Veteran-owned small businesses as subcontractors. Eligible service-disabled Veteran-owned offerors will receive full credit, and offerors qualifying as Veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov). Non-Veteran offerors proposing to use service-disabled Veteran-owned small businesses or Veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov). VAAR 852.215-71, EVALUATION FACTOR COMMITMENTS: This provision will apply to any resulting contract awarded in executing the requirements of the Selection of Architects and Engineers Statute, if awarded to a SDVOSB or VOSB. SELECTION PROCESS: The agency will convene an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms. Interviews may be conducted. The processes at FAR 36.602-4 and FAR 36.606 will then be followed. SELECTION CRITERIA: The submitted SF330s will be evaluated in accordance with the following eight criteria from the Federal Acquisition Regulation (FAR) 36.602-1 and Veteran Administration Acquisition Regulation (VAAR) 836.602. Therefore, information provided by interested parties, on the SF330, shall address the following criteria. Instructions are provided. CRITERIA 1: Professional qualifications necessary for satisfactory performance of required services; Key personnel shall, at a minimum, include the project managers and designers of record who would be assigned to perform the work. (See SF330 Part I Sections E, F and G, but not excluding other information provided on the SF330 and supporting documentation.) Weight: 15% CRITERIA 2: Specialized experience and technical competence in the type of work required; (See SF330 Part I Sections E, F and G, but not excluding other information provided on the SF330 and supporting documentation.) Weight: 15% CRITERIA 3: Capacity to accomplish the work in the required time; Weight: 10%; Respond as follows, as an addendum to the SF330: Provide a list of current projects with a design fee of greater than $20,000 currently being designed in the firms office. Indicate the availability of the proposed project team (including sub-consultants) for the specified contract performance period in terms of: (1.) both the average and maximum number of projects being worked simultaneously for the previous twelve (12) month period, for each key personnel member, (2.) the number of projects currently being worked by each key personnel member identified in the SF330, and (3.) the number of projects that could be added to workload, given size and complexity; CRITERIA 4: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (three (3) references required); Weight: 15%; Respond as follows, on SF330 Part I Section F., and as an addendum to the SF330: Submit no less than three (3) and no more than five (5) past performance references for recent and relevant projects identified on SF330 Part I Section F. Where available, the following evaluations shall be submitted with the package: (a.) A-E Contractor Appraisal Support System (ACASS), (b.) Contractor Performance Assessment Report System (CPARS), or (c.) Past Performance Questionnaire (PPQ) evaluation. The required PPQ template is provided as an attachment to this announcement (Attachment C). A-Es should follow-up with references to ensure timely submittal of PPQ s, if used. Completed PPQs shall be submitted ONLY by the company/agency providing the reference, directly to the Contracting Officer, prior to the due date. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package, in lieu of completing the Past Performance Questionnaire (PPQ). Project Recency: A project will be considered recent only if performance was completed within five (5) years of the date of issuance of this public announcement. Ongoing projects will not be considered as no accurate performance record can exist for work not yet completed. Project Relevance: The past performance references must be similar in scope to the engineering services project described in the attached Statement of Work. CRITERIA 5: Location in the general geographical area of the project and knowledge of the locality of the project (maximum allowable distance of 250 miles from the project location, measured as previously stated); Weight: 10% CRITERIA 6: Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (See SF330 Part I Sections E, F and G, but not excluding other information provided on the SF330 and supporting documentation, or otherwise identified in Federal and/or State Government databases.) Weight: 5% CRITERIA 7: Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (Databases of the United States Court of Federal Claims and the claims courts of selected U.S. States will be searched for a record of claims.) Weight: 5% CRITERIA 8: Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (See SF330 Part I Section G, but not excluding other information provided on the SF330 and supporting documentation.) Weight: 10% CRITERIA 9: Project Management Plan. Please provide a brief project management plan, outlining the processes, methods and schedule by which work will be completed within the required timeframe. Limited to three (3) pages. The project management plan will be evaluated for sufficient initiating, planning, executing, monitoring/controlling, and closing processes to satisfy the project specifications for each of the milestones. Discussions may be held to address any questions regarding how the work will be performed and/or to negotiate the plan. Weight: 15%; Respond with an addendum to the SF330. CRITERIA 10: SDVOSB and VOSB Evaluation Preference (see VAAR 852.215-70, above): A SDVOSB firm submitting a SF330 package and meeting the requirements of 13 CFR 125.6(b)(1) and VAAR 852.215-71 will receive fifteen (15) additional points towards their total evaluation score. A VOSB firm submitting a SF330 package and meeting the requirements of 13 CFR 125.6(b)(1) and VAAR 852.215-71 will receive ten (10) additional points towards their total evaluation score. A non-veteran small business that proposes to use SDVOSB or VOSB subcontractors, registered and verified in the VIP database, will receive five (5) additional points towards their total evaluation score. DUE DATE FOR SF330 QUALIFICATIONS SUBMISSIONS: Firms that meet the requirements listed in this announcement are invited to electronically submit the completed Standard Form (SF) 330 (Parts I and II) packages to daniel.spaulding@va.gov no later than 08:00pm EST, Friday 1 June 2018. Submissions should be encrypted and may require multiple emails. The single email limit for file attachments is 10MB per email. Late proposal rules found in FAR 15.208 will be followed for late submittals. Acknowledgement of receipt will be provided, which will include the number of emails and number of attachments received. Thirty (30) calendar days are being provided from date of issuance to respond to this notice. All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C24618Q9145. The SF 330 form may be downloaded from https://www.gsa.gov/reference/forms, and is also provided as an attachment to this notice. Completed SF 330 shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. Interested firms shall address each of the Eight (8) Selection Criteria in their SF 330 s and additional documents/submittals. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330, Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. EVALUATION METHOD: Identification of the most highly qualified firms will occur by using the following rating methodology and the above selection criteria. The number of firms identified by the evaluation board as the most highly qualified will be determined based on the responses received. Where three (3) or more responses are received from qualified firms, a minimum of three (3) firms will be identified as the most highly qualified. If less than three (3) responses are received from qualified firms, then only those firms that are qualified will be considered, or the requirement may be re-advertised. SF330 packages rated as marginal or unacceptable (see below) for any one criteria, or more than one criteria, may be removed from consideration as that firm may not represent a qualified firm for the purposes of this procurement. The excluded firm(s) will not be counted towards the tally of three (3) responses, or three (3) qualified firms, described above. Each of the eight (8) criteria will be assigned one of the ratings shown below, based on a consensus rating of the board s evaluation of the response. The weights for each of the criteria are identified above. A total weighted score will be calculated by multiplying the individual criterion ratings by the criteria weights, and then summing the individual criteria scores. The highest possible total score is 300, excluding evaluation preferences. Outstanding: Criterion response suggests the firm has a high-level of demonstrated competence and/or qualifications relevant to the requirement, and/or the capacity to perform the work. For location, an outstanding rating will be assigned to a firm operating from within the Hampton Roads metropolitan area. This rating will be applied where no record of significant claims can be identified. An outstanding project management plan is one that addresses all planning requirements of each milestone, in the required format, and suggests a high-level of competence with regard to the work to be performed. Rating Value: 3 Good: Criterion response suggests the firm has a moderate level of demonstrated competence and/or qualifications relevant to the requirement, and/or the capacity to perform the work. For location, a good rating will be assigned to a firm within the required radius, but operating from outside the Hampton Roads metropolitan area. This rating will not be used regarding records of significant claims. A good project management plan is one that addresses all planning requirements of each milestone, in the required format, and suggests an average-level of competence with regard to the work to be performed. Rating Value: 2 Marginal: Criterion response suggests the firm has limited demonstrated competence and/or qualifications relevant to the requirement, and/or limited capacity to perform the work. For location, a marginal rating will not be used. This rating will not be used regarding records of significant claims. A marginal project management plan is one that does not address all planning requirements of each milestone, in the required format, and/or suggests a limited-level of competence with regard to the work to be performed. Rating Value: 1 Unacceptable: Criterion response suggests the firm is unqualified for this requirement, and/or lacks the capacity to perform the work. For location, an unacceptable response is one received from a firm operating from outside the required radius, identified above. This rating will be used when a record of significant claims has been identified. An unacceptable project management plan is one that is significantly deficient in addressing the format outlined in the criteria. Rating Value: 0
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9145/listing.html)
- Document(s)
- Attachment
- File Name: 36C24618Q9145 36C24618Q9145.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272430&FileName=36C24618Q9145-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272430&FileName=36C24618Q9145-000.docx
- File Name: 36C24618Q9145 ATTACHMENT A - STANDARD FORM 330, ARCHITECT-ENGINEER QUALIFICATIONS.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272431&FileName=36C24618Q9145-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272431&FileName=36C24618Q9145-001.pdf
- File Name: 36C24618Q9145 ATTACHMENT B - STATEMENT OF WORK.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272432&FileName=36C24618Q9145-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272432&FileName=36C24618Q9145-002.pdf
- File Name: 36C24618Q9145 ATTACHMENT C - PAST PERFORMANCE QUESTIONNAIRE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272433&FileName=36C24618Q9145-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272433&FileName=36C24618Q9145-003.docx
- File Name: 36C24618Q9145 ATTACHMENT D - FEDERAL FACILITIES TECHNICAL STANDARDS.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272434&FileName=36C24618Q9145-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272434&FileName=36C24618Q9145-004.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24618Q9145 36C24618Q9145.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4272430&FileName=36C24618Q9145-000.docx)
- Record
- SN04908960-W 20180504/180502231430-27dd7ce122eff3ace8d4399b7b353f7f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |