SOLICITATION NOTICE
C -- 508-CSI-103 Upgrade Cath Lab 1
- Notice Date
- 4/4/2023 10:46:47 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24723R0057
- Response Due
- 5/4/2023 10:00:00 AM
- Archive Date
- 04/26/2023
- Point of Contact
- Michael A Beitenman, Contract Specialist, Phone: 843-531-0250
- E-Mail Address
-
michael.beitenman@va.gov
(michael.beitenman@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Presolicitation Notice Page 7 of 7 Page 1 of 7 THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE. ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: 1. The Department of Veteran Affairs, Network Contracting Office 7 is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for Project # 508-CSI-103 Upgrade Cath Lab 1 at the Atlanta VA Medical Center located at 1670 Clairmont Rd, Decatur, GA 30033. Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States to be considered for this opportunity. Also, see geographic location restriction in paragraph 4 of this notice. 2. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business. a. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in accordance with VAAR Clause 852-219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. b. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, including Joint Ventures, must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), and registered in the System for Award Management (SAM) database (www.sam.gov and veterans.certify.sba.gov) at time of submission of their qualification and reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. 3. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 508-CSI-103 Upgrade Cath Lab 1. The estimated magnitude of construction for this project is between $1,000,000 to $5,000,000. The estimated/target design completion period is 175 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $25.5 million. 4. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend various meetings in person on site at the facilities. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within 400 miles of 1670 Clairmont Rd, Decatur, GA 30033. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400-mile driving distance. (Determination of mileage eligibility will be based on upon www.mapquest.com) 5. Project Information/Statement of Tasks: The purpose of this project is to provide architectural-engineer (A/E) usual and customary investigative and design services to prepare design-bid-build (DBB) bid documents for the renovation of Cardiovascular Laboratory #1 in Rooms, 2A159, 2A159A, 2A259B, 2A159C, 2A159D, 2A159E, 2A164, and 2A166 for new High-Cost-High-Tech (HCHT) installation of a new Philips Azurion 7 C20 Interventional X-Ray Suite. The project includes enlarging the Cardiovascular Laboratory Procedure Room 2A159 to meet current VA space design standards and upgrade the HVAC system to include replacement of AHU 2A-AH09 in Room 2A197A. Construction also includes new structural supports, shielding, power, lighting, ceilings, walls, floors, doors, and interior finishes. The A/E services shall include site investigation, preparation of design analysis, plans and specifications, and construction cost estimates. 6. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s). Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. b. Specialized experience and technical competence in the type of work required, including, where appropriate on similar projects: experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (include Government and private Experience). Technical competence includes design quality management procedures, CADD, equipment resources, and laboratory requirements of the prime firm and any subcontractors. In addition, provide information on the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships). c. Capacity to accomplish work in the required time. This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. VISN7 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments Point of Contact, Department of Veterans Affairs (10N7NLO), Attn: Michael Beitenman Contract Specialist via email at michael.beitenman@va.gov, prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations 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. Submitted CPARS and PPQ evaluations will not be counted as part of the 30-page limitation and shall be attached to the SF330, behind the SF330 Part II document. Location in general geographical area of the project and knowledge of the locality of the project; The area of consideration for offeror is a 400-mile driving radius between offeror location and the Atlanta VA Medical Center, located at 1670 Clairmont Road Decatur, GA 30033 (Determination of mileage eligibility will be based on www.mapquest.com). 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. or Use of Service-Disabled Veteran Owned Small Business 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. 7. Selection Procedures: a. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. b. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. c. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are available, report(s) shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330. d. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. 8. Submission Requirements: a. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. The following format should be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Unique Entity ID (UEI): (7) Tax ID number (8) The E mail address and Phone number of the Primary Point of Contact. b. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) May 4, 2023, at 1:00 p.m. EDT . Email capacity is limited to seven (7 ) to ten (10) megabytes (Megs). c. All SF330 submittals and questions must be sent electronically to the attention of Michael Beitenman, Contract Specialist at Michael.beitenman@va.gov. Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. d. The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e., CPARS) and award documentation. This information should be provided as attachments to the SF 330. e. All questions regarding this announcement must be emailed to the contract specialist Micahel.beitenman@va.gov no later than April 27, 2023, by 1:00 p.m. EDT to allow time to respond. Site Visits will not be arranged during this phase. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/100f345458e24066bdd48979bd0bccb9/view)
- Place of Performance
- Address: Atlanta VA Medical Center 1670 Clairmont Rd, Decatur, GA 30033, USA
- Zip Code: 30033
- Country: USA
- Zip Code: 30033
- Record
- SN06639102-F 20230406/230404230105 (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 |