Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2023 SAM #8039
SOLICITATION NOTICE

C -- Construct New CLC Phase 1-Coatesville, PA

Notice Date
11/29/2023 9:02:13 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77624R0033
 
Response Due
12/29/2023 10:00:00 AM
 
Archive Date
03/28/2024
 
Point of Contact
Amy Graham, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
amy.graham@va.gov
(amy.graham@va.gov)
 
Small Business Set-Aside
VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
 
Awardee
null
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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. 1. GENERAL INFORMATION Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm fixed price design contract for Architect-Engineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, and reports, and construction period services for Project # 542-401 Construct New CLC-Phase 1 in Coatesville, PA. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation (FAR) subpart 36.6 Architectural and Engineering Services, VA Acquisition Regulation (VAAR) 836.6, and VA Acquisition Manual (VAAM) M836.6 Architect-Engineer Services. In accordance with FAR 36.209, Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. 2. PROJECT INFORMATION This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541330 Engineering Services and the annual small business size standard is $25.5M. A full design team is required to complete this project. The VA expects to award the anticipated A-E contract in early Feb 2024. The anticipated period of performance for completion of design is 406 calendar days after notice of award (NOA). The VAAR magnitude of construction is between $10,000,000 and $20,000,000. Please note that the 406-calendar-day period of performance for the design completion begins with the issuance of the NOA and that a notice to proceed (NTP) will not be issued for the completion of a design project. 3. A-E SELECTION PROCESS Firms submitting SF 330s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for evaluation. The selection will be made as follows: SF 330s will be evaluated in accordance with the primary selection criteria as stated in this pre-solicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3(c), at least three of the most highly qualified firms will then be notified of the Government s intent to hold discussions. All firms not invited to participate in discussions will be notified at this time. In accordance with FAR 36.607(b), any requested debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable, in accordance with 15.503, 15.506(b) through (f), and 15.507(c). Note that 15.506(d)(2) through (d)(5) do not apply to architect-engineer contracts. Discussions will be held with the most highly qualified firms in the form of written responses. The firms invited to participate in discussions will be notified by email and provided further instructions, including any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked based on the primary and (if necessary) secondary selection criteria. The final evaluation and ranking will consider the SF 330 submission for each firm, as well as additional information obtained via discussions. The highest rated firm will be selected to receive the solicitation and engage in negotiations. The solicitation will be issued to the highest rated firm as a Request for Fee Proposal (RFP). All SOW attachments and site-specific documentation will be provided to the highest rated firm with the RFP. A site visit will be authorized during the negotiation process. An award will then be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations with the highest rated firm are unsuccessful, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made. 4. SELECTION CRITERIA: Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. FACTOR 1: SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in both design and construction period services shall be provided specific to the VA CLC small house model. Project experience should include all aspects of building design, including all facility systems typically required. Specific experience may include but is not limited to, architectural programming, civil/site work, electrical and lighting upgrades, building management systems/building automation systems (BMS/BAS), HVAC, data and communication systems typically encountered as part of hospital-grade VA construction projects. Experience with historical preservation and matching appearance with other campus buildings for renovations and new construction. Other specialized experience should include experience in critical path scheduling, physical security and resiliency, fire protection, construction infection control protocols, energy conservation, construction phasing, and sustainable design practices. Submissions shall include no more and no less than five (5) recent and relevant Government and private experience projects similar in size scope and complexity, and experience with the type of projects/competence above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined as services provided within the past 5 (five) years. Each project shall include the following: Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e., prime contract, Teaming Partner, or subcontractor. Project Owner, owner s point of contact including telephone number and email address. Services & Deliverables provided under the contract/task order. Period of Performance, including start and completion dates Total dollar value of the project AE Cost Estimate vs. Actual Construction Cost Contract number associated with the project. Section G will used to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided relevant projects. The evaluation will also consider narratives addressing the following sub-elements in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated. Internal quality assurance and quality control procedures prior to submitting deliverables to the VA. Narrative should state techniques planned to control quality of plans and documentation, schedule, and personnel responsible for quality and schedule control. The coordination of disciplines and subcontractors. The firm s project management processes to ensure items 1 and 2 above are achieved. The firm s communication plan to explain the flow of communication both between internal team members/subcontractor team members, and external stakeholders (i.e., government team, construction members, etc.) The firm s method for determining Opinion of Probable Construction Cost (OPCC), including the tools and methodology used for cost estimating accuracy. Demonstration of familiarity with VA Design Guides/Manuals, Master Specifications, VA information technology requirements, and other applicable standards. Describe how the firm manages changes to these documents during the design process and how it impacts schedule, cost, and performance. Note if there are key personnel in charge of tracking changes to VA Design Guides and Standards during contract performance. FACTOR 2: PROFESSIONAL QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL (Sections C through E) The A-E shall demonstrate they are able to sign and stamp each drawing by individuals licensed in any state in the United States for the key positions listed below. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five years) 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. The lead designer in each discipline must be registered but does not have to be registered in the state where the project is located. A resume for each key position must be provided via Section E in the SF330. Key positions must include discipline leads specific to this project including, but not limited to: Project Manager Quality Assurance Manger Architect (LEED certified) Healthcare Architectural Planner Mechanical/HVAC Engineer Plumbing Engineer Registered Communications Distribution Designer (RCDD) Electrical Engineer Structural Engineer Civil Engineer Environmental Engineer Fire Protection Engineer Industrial Hygienist Physical Security Specialist Commissioning Agent Offer shall submit one unique person for each key role. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority] ___________________, [company] __________________, certify that the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs by the Small Business Association s Veteran Small Business Certification (VetCert) in compliance of VA Acquisition Regulation (VAAR) 852.219-75. The information provided in sections C through E of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. FACTOR 3: FIRM CAPACITY AND OVERSIGHT Offerors must provide an organizational chart identifying key personnel for this contract in Section D. Additionally, offerors must describe the firm's ability to accomplish work with in-house personnel either onsite or at branch offices, and clearly delineate what work will be performed by subconsultants, and how roles, responsibilities and authorities are clearly established. Offerors must list software used for management of both personnel and deliverables. 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. Offeror shall clearly state their available capacity presenting workload percentages for the key disciplines and/or team members. Also, the offeror must provide the completion percentages and expected completion dates for the VA projects awarded in the previous 12 months. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330. FACTOR 4: 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. Past performance will be evaluated for all projects provided in Section F. The Contractor Performance Assessment Rating System (CPARS) database will be reviewed to evaluate the projects that have a CPARS entry. CPARS are not required to be submitted with the SF330 submission. The contract number for the project must be submitted with each project in Section F so CPARS can be reviewed in the database. For any project that does NOT have CPARS data available, a Past Performance Questionnaire (PPQ) is required to be submitted with the SF330. The PPQ should be rated and signed by the evaluator. If a firm does not receive a requested complete PPQ from an evaluator prior to the time for submission, the firm must submit the partially completed PPQ with Section 1 and the Evaluator Information in Section 2 completed. Ensure a POC is listed with the project title/contract number. The VA will make reasonable attempts to contact the POC upon submission for PPQ completion. Evaluations may also include additional performance information from customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The Government reserves the right to contact any POC listed on a CPARS report or PPQ. 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. If appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services may be evaluated. 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. The information for this factor shall be provided in Section H of the SF 330. For PPQs, please utilize the attached PPQ document. Completed PPQs should be incorporated into the SF 330 directly. PPQs should not be submitted to the VHA PCAC directly. Any attached CPARS or PPQs will not be counted towards the page limitations for this submission. However, any narratives or commentary regarding past performance in Section H will be counted towards the page limit. FACTOR 5: KNOWLEDGE OF LOCALITY: The narrative should outline the team s knowledge of the locality of Coatesville VAMC and its unique requirements, along with the team s ability to accomplish the required AE services. The narrative must demonstrate knowledge of local conditions within the geographical area including tactical, operational, and strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. This may include any factor with potential impact to the project, such as supply chain, labor force, weather, seismic conditions, and local construction climate, and their impact on project execution and cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work while minimizing extra cost to the government for travel. The information for this factor shall be provided in Section H of the SF 330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and NOT where the firm is located, how far away the firm/branch office is from the site, and how they would travel to the site. Information related to the firm s location shall instead be provided in Section H under Secondary Selection Criterion, Geographic Location. See below. FACTOR 6: EXPERIENCE IN CONSTRUCTION PERIOD SERVICES Experience in construction period services must be demonstrated via project experience. These may be the same projects identified above in Factor 1; however, the firm shall clearly delineate the types of construction period services performed for each. Project descriptions must include experience with: Construction Solicitation support services, Professional field inspections during the construction period, Coordination with commissioning requirements, Review of construction submittals and timelines for the reviews, Support in answering requests for information during the construction period and the response time for providing answers, Support of construction contract modifications to include drafting statements of work and providing cost estimates, Pre-final inspection site visits, Generation of punch-list reports, and Production of as-built documentation. In addition, the firm must include experience addressing unforeseen conditions and emergent situations, conducting situation evaluations and make midcourse corrections. Include description on how the firm can be proactive or responsive in these situations. The information for this factor shall be provided in Section H of the SF 330. Secondary Selection Criterion*: Geographic location. Location of the principal firm where the work will be performed, as measured by the driving distance (miles) between the Offeror s principal business location and the Coatesville VAMC, 1400 Blackhorse Hill Road, Coatesville, PA 19320. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/). * The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of interviews. The secondary selection criterion will not be applied prior to the interviews. 5. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that must be followed for the submission of the SF 330 Statement of Qualifications: Submit ONE (1) SF 330 Statement of Qualifications to Contract Specialist Amy Graham at amy.graham@va.gov. This must include Parts I and II and any applicable attachments. The submission must include the SF 330, Architect-Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp). The SF 330 submission is due by 1:00 PM ET on December 29, 2023. The SF 330 must be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted. The subject line of the email must read: SF 330 Submission 36C77624R0033 Construct New CLC Phase 1-Coatesville, PA. The SF 330 submission must not exceed a total of 50 pages. This includes title page, table of contents, and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page must be in Arial size 12 font, single spaced. Part II of the SF 330 and any CPARs or PPQs will NOT count toward the page limitation. A PPQ obtained for another SF 330 submission may be submitted for this project. However, if significant portions of the project have been completed since the PPQ was filled out, a new PPQ should be submitted to accurately assess the project. Firms must include the following information in section B of the SF 330 submission: 1) SAM Unique Entity Identifier 2) Tax ID number 3) Cage code 4) Primary point of contact s email address and phone number All questions must be submitted to amy.graham@va.gov with the subject line SF 330 Questions Construct New CLC Phase 1 Coatesville, PA. The cutoff for question submission is 1:00 PM ET on December 13, 2023. Questions will be answered through modification to the pre-sol notice posted to Contract Opportunities at SAM.gov. This procurement is a 100% set-aside for SDVOSB concerns. Offers received from other than SDVOSBs will not be considered. Offerors must be certified as SDVOSBs by the U.S. Small Business Administration (SBA) and visible in the Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) at the time of SF 330 submission, written response submission, and award. Failure to be certified in the VetCert database at these times will result in the offeror being deemed ineligible for award. All joint ventures must be SBA certified at the time of SF 330 submission, written response submission, and award and must submit agreements that comply with 13 CFR 128.402 prior to contract award. All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer will verify the NAICS code in VetCert. Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission. SF 330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF 330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at SAM.gov for any revisions to this announcement prior to submitting their SF 330.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e15788cc28b242ff9c976db3188da435/view)
 
Place of Performance
Address: Department of Veterans Affairs VAMC Coatesville 1400 Blackhorse Hill Road USA, Coatesville 19320, USA
Zip Code: 19320
Country: USA
 
Record
SN06897328-F 20231201/231129230053 (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.