SOLICITATION NOTICE
C -- 534-23-912 AE Design-Replace/Increase Loading Capabilities for Charlie & Delta Street
- Notice Date
- 7/31/2023 11:31:07 AM
- Notice Type
- Presolicitation
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24723R0115
- Response Due
- 8/31/2023 11:00:00 AM
- Archive Date
- 10/30/2023
- Point of Contact
- Regina Lawrence, Contracting Officer, Phone: (803) 558-6460
- E-Mail Address
-
regina.lawrence@va.gov
(regina.lawrence@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 534-23-912Ralph H. Johnson VAHCS7/31/2023 2 This Pre-solicitation Notice is NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS ARE CONTAINED HEREIN. NO ADDITIONAL SOLICITATION PACKAGE OR TECHNICAL INFORMATION WILL BE ISSUED. Project: 534-23-912 AE Design-Replace/Increase Loading Capabilities for Charlie & Delta Street Work Location: Ralph H. Johnson VA Medical Center, Charleston, SC Estimated/Target Completion Period: 406 calendar days after Notice to Proceed (NTP). Construction Magnitude: Between $5,000,000 and $10,000,000 NAICS: 541310 Architectural Services Small Business Standard: $12.5 Million Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Site Visits will not be arranged during this phase. The anticipated award date of the proposed A-E Contract is on or before December 31, 2023 SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF330 and attachments if any) no later than (NLT) 2:00 PM (EST) August 31, 2023. PROJECT OVERVIEW: Provide Professional Architect/Engineer (A/E) and healthcare planning services necessary to Project will fully replace and increase loading capabilities for Charlie Street, Delta Street up to the Front Lobby Canopy, the ramp up to Charlie/Delta streets, and the ED Ambulance Pad. Remove and replace piles, pile caps, beams, road deck, and sidewalk on Charlie and Delta Streets as denoted on accompanying For Information Only drawings areas S-1, S-2, and S-3. Add structural elements as shown. The final structure shall support HS20-44 and 66K max gross load w/ three (3) axles min (56"" max tandem, 28"" per rear axle) per SC CODE ANN 56-5-4140 B2. Remove and replace all structural connections between the road and any outside structural element (building, retaining wall, etc.) as required. Ensure that all connections to outside structural elements are maintained during and after construction. Remove and replace all existing storm water infrastructure and alter other existing utilities as required in the construction areas. Ensure new structure is graded for positive drainage away from the building to new storm water infrastructure. The designer shall review the information provided by the VA and provide separate and complete site investigations to provide a design that complies with the latest version of the IBC, ASCE 7, and all other applicable codes and standards to meet the requirements listed above. SDVOSB SET-ASIDE: This requirement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses under the authority of 38 U.S.C. 8127(d). To be eligible for award the SDVOSB you must be considered small under the relevant NAICS code. SDVOSB contractors must be verified and viewable in Small Business Administration Veteran Small Business Certification (VetCert) database https://veterans.certify.sba.gov prior to submission of proposal and prior to award of contract with VAAR 804.1103-70. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Any person, persons, or business entity suspected of misrepresenting itself for the purpose of securing a government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts. Eligible SDVOSB concerns must also be registered at the following websites: System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/ VETS100/100A Report must be complete: http://www.dol.gov/vets/vets4212.htm Important Notice: Prior to submitting a proposal under this SDVOSB set- aside solicitation; offerors must apply for and receive verification from the Small Business Administration in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership, and control sufficient to establish appropriate status. All offerors are urged to contact the SBA and submit the required documents to obtain verification of their SDVOSB status if they have not already done so. 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 Small Business Administration Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. 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. In order to assure compliance with FAR Clauses, 52.219-14 Limitations on Subcontracting (DEVIATION 2019-01) and VAAR 852.219-73, VA Notice of Total Set-Aside for Veteran Service-Disabled Veteran Owned Small Businesses (Nov 2022), all firms submitting a SF 330 for this pre-solicitation notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation. Federal Acquisition Regulation (FAR) Part 36.6 (Brooks Act) selection procedures apply. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Pursuant to FAR, the firm responding to this requirement must be permitted, by law, to practice the professions of architecture or engineering and meet all required qualifications for the state of South Carolina. SF 330 SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance. SF 330 Supplemental Information Architect/Engineer Evaluation Criteria Evaluation Criteria are provided below and listed in relative order of importance. Specialized experience and technical competence in the type of work required. Submission requirements: SF 330 information shall be provided per the latest format from the GSA Library located at https://www.gsa.gov/forms-library/architect-engineer-qualifications. Complete using blocks F. and H. of the SF330 form. Complete block F. for each relevant project. Complete block H. summary sheet for the Offeror and each key consultant; each summary sheet shall be not more than one (1) page in length, and no more than ten (10) pages total. Submit no more than five (5) projects similar to work in the solicitation from the date the solicitation closes to five (5) years prior. At minimum, three (3) projects must have construction completed or construction substantially (50%+) complete. Projects/data submitted shall be projects with total construction costs should be equal in size and scope of project being solicited. Projects may include Federal, State, or local Government, as well as private industry projects. Offerors are responsible for providing project description and applicable information in sufficient detail to permit evaluation of project relevancy versus these minimum requirements. Basis of Evaluation: Specialized experience pertains to the types, size, volume, budget, and complexity of work previously or currently being performed by the Offeror that is comparable to the work covered by this solicitation. Specialized experience may also include unique conditions, considerations, or circumstances encountered that are relevant to this solicitation. Specialized experience does not include overseas offices for projects outside the United States, its territories, or possessions; nor does it include subsidiaries that are not normally subject to management decisions, accounting, and policies, or a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company. Technical competence includes construction and design projects similar in project scope, size, construction features, dollar value, and complexity of that listed in the solicitation. Technical competence also includes experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Similar complexity is considered projects of an operational, construction, or design likeness to the work covered in this solicitation. Specific emphasis of experience and technical competence shall be geared towards construction of roadways and construction in seismic zones Offerors unable to demonstrate proven specialized experience and technical competence may be considered non-responsive or scored negatively. Failure to provide requested data may negatively impact an Offeror's rating. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Submission requirements: Complete using block H. of the SF 330 describing the Offeror s past performance. The summary sheet shall be not more than two (2) pages in length. Provide a Past Performance Questionnaire (PPQ) and/or CPARS for each submitted project under Specialized Experience criteria, above. PPQs must be incorporated into the submission; PPQs will not count towards page limitations. Data from other projects not included under Specialized Experience criteria are acceptable (such as cost control or schedule delays) in tables or charts. Basis of Evaluation: Past performance is a measure of the degree to which an Offeror satisfied its customers needs and requirements and compliance with applicable codes, standards, laws, and regulations. The evaluation of past performance will include but is not limited to: The customer s assessment of the Offeror's commitment to customer satisfaction. Timely delivery of quality work. The Offeror's record of conforming to contract requirements and applicable codes, standards, laws, and regulations. Successful implementation of a quality control plan and quality control procedures. Addressing design errors/omissions timely. Providing Construction Period Services satisfactorily to customers Adherence to approved schedules; and, History of timely and professional communication and cooperative behavior. Include information on problems (errors/omissions) found, how the problems were corrected, and the impacts to the successful completion of the project (time delays, cost impacts, design modifications, etc.). Provide information supporting favorable cost control, quality of design submissions, and schedule compliance. Include a discussion on the Offeror s record of significant claims for improper or incomplete design services. Higher ratings may be given for work performed on VA Medical Center campuses. Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact an Offeror's rating. Failure to demonstrate proven competence to perform projects like the requirements of the solicitation may be considered ineligible for award. Professional qualifications necessary for satisfactory performance of required services. Submission Requirements: Complete using block E. of the SF 330. Submit personal resumes and relevant information for key and responsible personnel. Block E. shall be not more than one (1) page in length per individual, and not more than fifteen (15) total pages. Basis of Evaluation: Evaluation of professional qualifications will include but is not limited to the subjective assessment of the Offeror's individual resumes. The Offeror shall have a professional engineer, currently registered in any state or territory of the United States, knowledgeable in their registered design discipline, to be the lead designer responsible for reviewing and approving design submissions. The Offeror shall have a professional engineer, qualified and knowledgeable of state and local regulations, be the lead designer responsible for reviewing and approving design submissions and facilitating permit documentation (depending on the nature of the design i.e. environmental, stormwater, etc.). Key personnel to provide qualifications to meet this criterion include Principal(s), Project Manager(s), key consultants, individuals responsible for implementation of the Design QA/QC Plan, and other individuals that are responsible or accountable for design submissions. Physical Security Subject Matter Experts shall meet the requirements of Section 10.1.5 of the Physical Security & Resiliency Design Manual. The Offeror shall describe and/or depict which projects and how well key personnel of the design team have worked together. Higher ratings for this criterion may be given when the Offeror's specific personnel demonstrate relevant credentials, such as involvement and degree of involvement in professional organizations, research/publications, code/standard body involvement, etc. Offerors unable to demonstrate professional qualifications necessary to perform designs may be considered non-responsive . Failure to provide sufficient data supporting professional qualifications may negatively impact an Offeror's rating. Experience in construction period services. Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s performance completing Construction Period Services (CPS) for construction for each submitted project under Specialized Experience criteria, above. Narrative shall be not more than two (2) pages in length. Basis of Evaluation: Includes 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 modifications 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. Evaluation of the Offeror s knowledge, skills, and abilities to complete necessary CPS to support successful project completion. Provide a narrative describing the below services, but not limited to: Professional field inspections, both scheduled and emergent. Maintaining a comprehensive submittal log inclusive of material data, shop drawings, certifications, etc. Review of construction submittals for design conformance, variance, and applicable code/standard compliance. Providing timely and complete responses to requests for information. Providing supporting documentation (statements of work, cost estimates, technical reports, etc.) for construction modifications. Providing record drawing documentation. Process for correcting design errors/omissions identified during construction; and, Other requirements defined under CPS in the Statement of Work. Capacity to accomplish the work in the required time. Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s work capacity. Narrative shall be not more than one (1) page in length. Basis of Evaluation: Identify the Offeror s past, present and projected future workload, including VA contracts over the previous 12 months. Describe the Offeror s capacity to incorporate this solicitation s work while meeting prescribed dates for current workload. Each key team member to include % of available capacity to take on new projects. Evaluation of this factor will be an assessment of the Offeror s ability to complete design documents within the period of performance and meet solicitation requirements. Data is acceptable in tables or charts. Higher ratings may be given for this criterion when information provided exceeds the minimum requirements. Location in the general geographical area of Charleston, SC, and knowledge of the locality of the Ralph H. Johnson VA facility: Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s experience in the Charleston, SC geographical area. Narrative shall be not more than one (1) page in length. Basis of Evaluation: Offerors will be subjectively evaluated based on their knowledge (and the knowledge of subcontractors) of unique conditions or variables, such as familiarity of applicable codes, regulations, construction market & labor conditions, geotechnical, seismic, weather, environmental, or other unique considerations found in Charleston, SC and the Low Country geographical area. If prior experience in Charleston, SC is minimal, describe how the design team plans to obtain specific knowledge of local conditions or project features required for a compliant design. Data from other projects and locations are acceptable to highlight knowledge of the Charleston, SC geographical area or areas of similar nature. Offerors that submit relevant projects outside of the Charleston, SC geographical area may be given a lower rating than projects within the Charleston, SC geographical area. 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: Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that discusses the Offeror s approach. Narrative shall be not more than one (1) page in length. Offerors shall complete and submit the following statement in block H. : I [signatory authority], of [Offeror Company or Joint Venture] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10 . Basis of Evaluation: Offerors shall be evaluated based on their utilization plans for service-disabled Veteran-owned small businesses (SDVOSBs), Veteran-owned small businesses (VOSBs), or other types of small businesses. Offerors shall be evaluated on the expected amount of work versus key personnel to verify the above signatory statement. If less than 50% of work is estimated to be performed by the prime SDVOSB, the Offeror may be given a lower rating. Offerors shall submit qualifications for proposed consultants per other criteria in this solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5022e20ea87b4d129df001b1c30b2d43/view)
- Place of Performance
- Address: Ralph H. Johnson VA Medical Center 109 Bee Street, Charleston, SC 29401-5799, USA
- Zip Code: 29401-5799
- Country: USA
- Zip Code: 29401-5799
- Record
- SN06769647-F 20230802/230731230044 (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 |