MODIFICATION
C -- 585-21-115 Replace Boiler Plant AE Design at Oscar G Johnson VAMC Iron Mountain, MI 49801
- Notice Date
- 6/7/2022 12:58:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0532
- Response Due
- 7/7/2022 2:00:00 PM
- Archive Date
- 10/05/2022
- Point of Contact
- Anne Vossler, anne.vossler@va.gov, Phone: 414-844-4815
- E-Mail Address
-
anne.vossler@va.gov
(anne.vossler@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- REQUEST FOR SF 330 585-21-115 Replace Boiler Plant AE Design Services Oscar G. Johnson VAMC, Iron Mountain, MI 49801 36C252-22-Q-0532 This is a Request for SF 330s for Architect/Engineer (A/E) Design Services for the Replace Boiler Plant at the Oscar G. Johnson VAMC, Iron Mountain, MI. THIS REQUIREMENT IS A 100% TOTAL SMALL BUSINESS (SB) SET-ASIDE.. 585-21-115 Replace Boiler Plant: The Oscar G. Johnson VA Medical Center, 325 East H Street, Iron Mountain, MI, 49801 has a requirement for a single award Firm-Fixed Price contract to provide Architectural and Engineering (A/E) Professional Services to develop schematic, design development, construction document drawings, cost estimates, and construction period services (CPS) for replacement of the existing boiler plant. Commissioning (Cx) will be performed by an independent third party. Coordination with the Cx Agent will be required during design and construction, as well as the inclusion of commissioning specifications in the contract documents. The proposed boiler plant replacement, approximately 7,000 square foot new building, will include three boilers to allow for N+1 service to the Facility. Two of the boilers would be sized in the range of 15,000 lb/hr to 20,000 lb/hr. The third boiler (summer boiler) would be sized in the range of 5,000 lb/hr to 8,000 lb/hr. Design of the boiler plant and associated components will follow VA Guide Steam, Heating Hot Water, and Outside Distribution Systems Design Manual as well as applicable State of Michigan codes and regulations. Complete Project Logic Control (PLC) is required. Design Period of Performance: 357 calendar days following Notice to Proceed. Expected construction duration is approximately 24 months starting in 2024. NAICS Code 541330 Engineering Services; Size Standard $16.5 million. The estimated magnitude of construction (not including design) for this project is between $20,00,000.00 and $50,000,000.00. Â THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR Part 36.606. 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 Part 36.6, and VA Acquisition Regulation 836.6. MILEAGE RESTRICTION: This procurement is restricted to a 250-mile radius, within the U.S., of Oscar G Johnson VAMC, 325 East H Street, Iron Mountain, MI 49801, in which either the A/E Firm s Primary or already 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 already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office (a home of an employee does not meet the requirement of an Auxiliary/Satellite Office) and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. The awarded firm is expected to meet the requirements in FAR clause 52.219-14: Limitations on Subcontracting (Sept 2021) and compliance will be monitored throughout contract performance. By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the awarded AE firm SAM: In accordance with FAR 19.301-1, 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 Small Business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition. 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. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1: Professional Qualifications Lead Firm: Identify professional staff and qualifications necessary for satisfactory performance of required services. Specific experience and qualifications of personnel proposed for assignment to various boiler and other related MEP projects must be included. Explain proposed in-house services to fulfill minimum self-performance. Include names and credentials of licensed staff and designers. The firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. The evaluation shall consider the specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. (This requirement also pertains to sub-consultants.) Professional Qualifications - Sub-Consultants: Identify work tasks not performed by lead firm personnel. Detail the specific experience and qualifications of personnel proposed for assignments. List record of working together as a team on related projects. Include names and credentials of licensed staff and designers. Specialized Experience: Specialized experience and technical competence in the type of work required, including major control and safety systems, water quality, alternative fuels, alarm and equipment monitoring, and where appropriate, experience in energy conservation and pollution prevention/mitigation. Include no more than six (6) Government and private experience projects similar in size, scope and complexity to this project. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. Construction Period Services Experience: Construction Period Services to include professional field inspections during the construction period, review of construction submittals, support in responding to requests for information during solicitation and construction period, support of construction contract changes to include drafting statements of work and cost estimates. Capacity: Capacity to accomplish work in the required time. The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the available capacity of key disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value of any current indefinite delivery contracts. Past Performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in section F: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Evaluations will consider superior performance ratings on recently completed VA projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. Claims & Litigation: Record of significant claims against the firm because of improper or incomplete architectural and engineering services Locality: Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 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 1A to Part IG and Part II of the SF 330. 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 below when addressing evaluation factors. SELECTION PROCESS: in accordance with FAR 36.6, SF 330s 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 SF 330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will then begin with the most preferred firm. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as One (1) electronic pdf copy via eCMS Vendor Portal: a. See attachments for procedures; b. Size limitation is 20MB; The SF 330s are due on July 7, 2022, at 4:00 PM CST. Acceptable electronic formats (software) for submission of SF 330 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) SF 330s 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 may 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 SF 330 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. Questions may be directed only by e-mail to anne.vossler@va.gov. VA Primary Point of Contact: Anne Vossler, NCO 12 Contracting Officer, anne.vossler@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/13e042d7138f452da88f71c5d2f8b8a1/view)
- Place of Performance
- Address: Oscar G Johnson VAMC 325 East H Street, Iron Mountain 49801, USA
- Zip Code: 49801
- Country: USA
- Record
- SN06349413-F 20220609/220607230056 (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 |