Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOLICITATION NOTICE

C -- AE IDIQ

Notice Date
3/10/2020 10:12:44 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920R0021
 
Archive Date
06/08/2020
 
Point of Contact
Donna Gillette303-712-5768donna.gillette@va.gov
 
E-Mail Address
donna.gillette@va.gov
(donna.gillette@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 7 of 9 DESCRIPTION: This is a Pre-Solicitation Notice for the establishment of a multiple award, base, plus four (4) option year, Indefinite-Delivery, Indefinite-Quantity (IDIQ) Architect/Engineering (A/E) contract with services to be performed at Denver, Colorado; Grand Junction, Colorado; Cheyenne, Wyoming; Sheridan, Wyoming; Fort Harrison, Montana; Salt Lake City, Utah; Oklahoma City, Oklahoma; and Muskogee, Oklahoma. The Small Disabled Veteran Owned Small Business (SDVOSB) firms must be capable of performing A/E services at all eight (8) sites. This requirement is being set-aside to Small Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. Written questions pertaining to this requirement should be submitted no later than 2:00 PM. Mountain Standard Time (MST), March 24, 2020. Interested firms should submit their current SF-330, Parts I and II, to donna.gillette@va.gov. The SF-330s are due no later than 12:00 PM, MST, April 14, 2020. SCOPE OF WORK: The Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) is seeking professional architect/engineering firms to complete the following type services: Work shall include, but may not be limited to, field survey; site and facility investigation; preparation of special technical studies; analyses of structural systems; feasibility and concept studies; material investigation and color studies; preparation of engineering studies and/or investigation and preparation of A/E documents and reports for projects with associated structural, civil, landscaping, mechanical, electrical, environmental subsurface soil investigations and incidental work; preparation of design documents to include building and ground alteration, maintenance, repair and minor construction; cost and schedule estimates; and monitoring and evaluating the construction progress for conformance to plans and specifications including review of required submittals by the contractor. The NAICS code for this procurement will be 541330, Engineering Services. The current small business size standard for 541330 is $16.5 million. OFFERORS WILL BE EVALUATED USING THE FOLLOWING CRITERIA: This acquisition will be in accordance with FAR Part 36.602-1 and M836.6. The following evaluation criteria will be used to evaluate SF 330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (7) are considered equal. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area, as defined in the statement of work, and knowledge of the locality; provided, that application of this criterion leaves an appropriate number of qualified firms. (6) Use of Service-Disabled Veteran Owned Small businesses. 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 will be evaluated; and, (7) Experience in construction period services. Criterion 1 Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to perform services like those anticipated under this contract. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced, licensed, and/or certified workforce in the following disciplines: Architecture, Interior Design, Civil, Structural, Mechanical, Electrical, Fire Protection Engineering and LEED/Green Globes. Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF 330 Part 1 Section G. Criterion 2 - - Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Offerors will be evaluated on specialized experience and technical competence in the performance of services like those anticipated under this contract regarding: � Experience with multi-phased hospital design and construction programs; � Experience with construction and renovation phasing in private hospitals, VA hospitals, and other VA facilities; � Experience with design of similar types of facilities; � Experience in providing post-award services for construction projects (i.e. shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals). Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF 330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Criterion 2 should be submitted in Part 1, Section F of the SF330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1. Criterion 3 - Capacity to accomplish the work in the required time. Offerors will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission requirements: Describe the offeror s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the offeror s capacity to accomplish multiple projects simultaneously. Criterion 4 - Past Performance 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 in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 2 projects and may include other information provided by the offeror, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in an offeror being rated lower. NOTE: Past performance information for projects listed under Criterion 2. Submission requirements: Submit a completed CPARS evaluation for each project under criterion 2. If there is not a completed CPARS evaluation, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 2. An offeror shall not submit a PPQ when a completed CPARS is available If a CPARS is not available, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF 330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) if it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 19, Attn: Donna Gillette via email at donna.gillette@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Criterion 5 - Location in the general geographical area (Denver, Colorado; Grand Junction, Colorado; Cheyenne, Wyoming; Sheridan, Wyoming; Fort Harrison, Montana; Salt Lake City, Utah; Oklahoma City, Oklahoma; and Muskogee, Oklahoma.) and knowledge of the general geographical area (Denver, Colorado; Grand Junction, Colorado; Cheyenne, Wyoming; Sheridan, Wyoming; Fort Harrison, Montana; Salt Lake City, Utah; Oklahoma City, Oklahoma; and Muskogee, Oklahoma); provided, that application of this criterion leaves an appropriate number of qualified firms. Offerors will be evaluated on the locations of their office or offices that will be performing the work under this contract. Submission requirements: Indicate offeror s location, including main offices, branch offices and any sub-contractor s offices and demonstrate how this will be advantageous to the Government. Criterion 6 - Use of Service-Disabled Veteran Owned Small businesses. 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 will be evaluated. Submission requirements: Indicate Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), and Small Business firms/teams previously used on projects submitted in Criterion 2. Criterion 7 Experience in construction period services. 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 will be evaluated. Submission requirements: Using the projects submitted in Criterion 2 indicate the extent and magnitude of the construction period services provided on those regarding the areas stated above. SELECTION INTERVIEW: Interviews shall be scheduled with firms evaluated as the most highly qualified. Firms evaluated for interviews will be asked a series of established questions. Elaborate presentations are not desired. GENERAL INFORMATION: The duration of the contract will be for one (1) year from the date of an initial contract award, plus four (4) additional one-year option periods. The total amount that may be paid under this contract (including option years) will not exceed $30,000,000 for the entire contract term. The guaranteed minimum that the Government is required to order under each IDIQ contract is $2,500. Option periods may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A/E performance under the subject contract. The minimum task order amount is $2,500. All task orders issued under this contract will be firm-fixed-price orders. The firms selected will be the most highly qualified to perform the required services, based on demonstrated competence and qualifications, in accordance with the evaluation criteria. Type of contract: Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity Architect-Engineer. Requirement for Electronic Submission Unless paper offers are specifically authorized, all responses to this pre-solicitation notice must be submitted electronically as described below.� The only acceptable paper form for this requirement is the receipt of past performance questionnaires. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to non-compliance with the terms of the solicitation.� You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail.� The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats�(Software) for Submission of Offers Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint, or Access.� Spreadsheet documents must be sent in a format that includes all formulas, macro, and format information.� Print or scan images of spreadsheets are not acceptable.�� Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files) Files in Adobe* PDF (Portable Document Format) Files:� When scanning documents scanner resolution should be set to 200 dots per inch, or greater. Another electronic format.�� If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation.�� Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. Please note that we can no longer accept .zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. Subject Line:� Include the solicitation number, name of company, and closing date of solicitation.� Use only one of the terms Quotation, Offer, or Bid depending on the solicitation type.� Size:� Maximum size of the e-mail message shall not exceed five (5) megabytes.�The SF330, in its entirety, shall not exceed one email of 5MB. The SF330 (not including past performance questionnaires) are limited to 50 pages. If the page limits are exceeded, the pages in excess of the limit will not be read or considered. Only one email is permitted unless otherwise stated in this paragraph or in writing by the Contract Officer submitting the solicitation. Security Issues, Late Bids, Unreadable Offers Late offers will not be accepted. The Microsoft Outlook � Email time/date stamp will be used to date, and time stamp offers for the official record of receipt for the submission.� The date and time stamp in recipient s inbox is the official record of receipt.� Please see FAR 15.207(c) for a description of the steps the Government shall take regarding unreadable offers. � To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.� Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable . The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control enough to establish appropriate status. Offerors must be both VISIBLE and VERIFIED by the Department of Veterans Affairs Center for Verification and Evaluation at the time of submitting SF330 s. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz at the time of submitting SF330 s will result in the offeror s proposal being deemed not eligible for award. All offerors are urged to contact the CVE and submit the required documents to obtain CVE verification of their SDVOSB status if they have not already done so. 852.219-10�VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. As prescribed in 819.7009, insert the following clause: VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition.� For the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVSOB: (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more service-disabled Veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.201, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from eligible service-disabled Veteran-owned small business concerns. Only VIP-listed service-disabled Veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled Veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled Veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a service-disabled Veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement.� When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver is described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6. (e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled Veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled Veteran-owned small business concerns and the VA Veterans First Contract Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. (End of clause) [Deviation per Class Deviation Veterans First Contracting Program (VFCP 2016), dated July 25, 2016, revises provisions and clauses at VAAR 852.215-70, 852.219-10 and 852.219-11 to update the web address for the VIP database and to adjust the limitations on subcontracting to comply with Small Business regulations.� This deviation is effective until incorporated into the VAAR or the VAAM or is otherwise rescinded.] [Deviation per Class Deviation from VA Acquisition Regulation Part 819 Small Business Programs and Part 852-Solicitation Provisions and Contract Clauses, dated July 12, 2019 revises provisions and clauses at VAAR 852.219-10 and 852.219-11. The class deviation effectively updates the language set forth in Class Deviation Veterans First Contracting Programs (VFCP 2016), Attachment 9 VAAR Part 819, Small Business Programs, and Attachment 10 VAAR Part 852, Solicitation Provisions and Contract Clauses, dated July 25, 2016. The class deviation incorporates the Small Business Administration s regulatory and legislative changes and clarifies the applicability of limitations on subcontracting and nonmanufacturer requirements to contracts awarded under the VFCP. This deviation is effective until incorporated into the VAAR or the VAAM or is otherwise rescinded.]
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89f3e8c2fb874778b7df9a7653b83405/view)
 
Place of Performance
Address: See the Statement of Work 80220, USA
Zip Code: 80220
Country: USA
 
Record
SN05584180-F 20200312/200310230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.