SPECIAL NOTICE
C -- VISN 1 Engineering Services Multiple Award IDIQ Request for Qualifications (SF-330)
- Notice Date
- 9/5/2024 4:00:28 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24124R0103
- Archive Date
- 12/13/2024
- Point of Contact
- Paige Pearson, Contract Specialist, Phone: 203-932-5711
- E-Mail Address
-
paige.pearson@va.gov
(paige.pearson@va.gov)
- Awardee
- null
- Description
- SPECIAL NOTICE - REQUEST FOR QUALIFICATIONS (SF-330) NAICS Code: 541330 Engineering Services (Small Business size standard $25.5 million dollars) A. INTRODUCTION: The Veterans Integrated Service Network 1 (VISN-1) has a requirement for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract(s) for engineering services (ES). Design services include applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. The resulting contracts shall be Firm Fixed Price Task Orders. Services performed under these IDIQ contract(s) will be primarily for the Department of Veterans Affairs Medical Centers located in VISN 1. The VA facilities included in this requirement are: (1) VA Togus, Maine; (2) VA White River Junction, Vermont; (3) VA Manchester, New Hampshire; (4) VA Central Western MA, Northampton, Massachusetts; (5) Edith Nourse Rogers Veterans Memorial Hospital, Bedford, MA; (6) VA Boston Health Care System, MA, including the Brockton Campus, the Jamaica Plain Campus, and the West Roxbury Campus; (7) VA Providence, RI; (8) VA Connecticut Health Care System, including the West Haven Campus, and the Newington Campus; (9) any Community Based Outpatient Clinics located within VISN 1; and (10) any other VA facility and/or location within the New England HealthCare System. The A/E firm must be capable of responding to and working on multiple task orders concurrently. Contractor to provide professional engineering services, to include planning, design, and construction period services on various facility projects for construction, maintenance and/or repair of infrastructure and real property. Projects may be single-discipline or multi-disciplinary in nature including, but not limited to, performance of various studies, archeological, environmental and historical planning (NEPA and Section 106), architectural, interior design, civil, electrical, landscape, mechanical, plumbing, structural, industrial hygiene, cost estimating, master planning, fire protection, materials testing, security system designs, building information modeling (BIM) or other related professional services. The engineering firm shall have either in-house or through consultants, licensed/registered professionals in the following disciplines (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental / Industrial Hygienist; (7) Landscape; (8) Value Engineering; (9) Cost Estimator; (10) Scheduler; (11) Risk Analyst; (12) Fire Protection; (13) Historic Preservation; (14) LEED or GREEN Globe Certifier and (15) Quality Assurance/Quality Control (16) Construction Administration. The designs may be for new facilities as well as renovation and remodel, including infrastructure upgrades up to a $5 million task order. See attached Statement of Work for complete details. B. CONTRACT INFORMATION: This acquisition is a 100% Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the SBA VetCert Page (Veteran contracting assistance programs (sba.gov)). SDVOSB firms need to be registered with the applicable NAICS Code of 541330 at the time SF330 s are submitted. Prospective firms are reminded they must certify that in accordance with VAAR 852.219-77, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, in the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VetCert-certified SDVOSBs as set forth in 852.219-10. Any work that a similarly situated VetCert-certified subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart M836.602-1 of the VA Acquisition Manual. All submissions will be evaluated in accordance with the evaluation criteria. In accordance with The Selection of Architects and Engineers Statue, we must select a minimum of three (3) but anticipate selecting between ten (10) and a maximum of twenty (20) highest-rated firms after initial source selection. These ""short listed"" firms will be chosen for discussions through interview presentations, format to be determined by the Contracting Officer. After interviews have been conducted, the Government intends to negotiate and award the contract(s) to up to twenty firms resulting from the determinations of the Evaluation Board. The IDIQ contract period of performance will be for a five-year period from the date of contract award. The procurement will result in negotiated requirements for individual task orders as A-E requirements are developed at the VISN 1 Medical Centers. IDIQ contracts awarded from this solicitation will have a maximum capacity of $10,000,000.00 for the life of the contract. The minimum award amount for each individual task order is $2,000.00. The maximum award amount for each individual task order is $5,000,000.00. Reference FAR 52.216-19 Order Limitations. Respondents are put on notice that firms selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal on the VA Form 6298 to include labor, overhead, profit, and other costs for negotiation by the Contracting Officer prior to contract award of individual task orders. The negotiated agreement will be incorporated into the resulting contract. 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 because of this announcement. C. THIS IS NOT A REQUEST FOR PROPOSAL: This is a request for SF 330's Architect-Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. D. PROJECT INFORMATION: Provide Engineering services to develop a complete design package to include drawings, specifications, cost estimates, and construction period administration services associated with various future projects within VISN-1 facilities. The attached statement of work for this project provides complete details of the requirements of this vehicle. E. EVALUATION SELECTION CRITERIA: Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The selection criteria, in descending order of importance will be as follows: 1. Professional Qualifications 2. Past Performance 3. Estimating Effectiveness 4. Geographic Location 5. Professional Capacity 6. Experience in Construction Period Services 7. Hazardous Materials F. SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 7) are provided below. Professional Qualifications: The Engineering firm shall demonstrate recent specialized experience and technical competence in projects for health care facilities (to include joint ventures). Firms will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel as is normally expected of a company actively providing the required services. The following resumes are required; Structural Engineer, Mechanical Engineer (HVAC), Mechanical Engineer (Plumbing), Civil, Electrical Engineer, Architect, Fire Protection Engineer, Scheduler, and Cost Estimator. The resulting contractor shall not make any changes to any of the consultants that were proposed as part of the A/E team without written approval from the contracting officer. Past Performance: The Engineering firm shall have demonstrated experience to perform a project such as within the following sections: Department of Veterans Affairs - Knowledge of V.A. design standards, technical manuals, and specifications. Provide past projects completed with the VA. Provide references. Indicate proposal team members who were involved on these projects. Healthcare Related - Specialized experience with healthcare related designs in a hospital setting. Provide past projects completed in healthcare settings. Provide references. Indicate proposal team members who were involved on these projects. Provide a list of projects (min 3 over $4M) which involved healthcare specialty work (i.e., clinical space, Operating Room (OR), Emergency Room (ER), Sterile Processing (SPS/SPD), Dental, Pharmacy, Laboratory, MHEOC facilities) Overall Government and Private Industry - Provide general past project history. Provide references. Indicate proposal team members who were involved on these projects. Contractor Performance Assessment Reporting System (CPARS) reports will be pulled for consideration in past performance evaluation. Firms will be evaluated for past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, professional performance, general management, cooperativeness, quality of work, compliance with performance schedule and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recency is defined as performance occurring within five (5) years of the date of this Notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Notice. Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract. Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. NOTE: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. Estimating Effectiveness: The Engineering firms shall demonstrate construction estimating accuracy. Firms shall provide a minimum of five (5) estimates completed within the last three (3) years along with the lowest priced construction proposal related to the estimate. The estimates provided should be what was encompassed with the bid documents, and not a revision that was completed after construction proposals were received. In addition, provide resumes and past performance information for key estimating team members. Contract Name & Number 100% Design Documents Estimate 100% Design Completion Date Lowest Price Construction Proposal Construction Proposal Submission Date Notes Geographic Location: The Engineering Firm must demonstrate that it has general knowledge of the locality of the project, location in the general geographical area of the project and knowledge of the locality to include specific knowledge of certain local conditions or project site features. Firms shall provide narrative of working with HVAC and environmental permitting in New England / VISN 1 locale. Location of the firm is measured by the driving distance between the Offeror s principal business location and the closest VISN-1 facility. Determination of the mileage will be based on Google Maps (https//www.google.com/maps/dir/) Professional Capacity: The Engineering firm shall show current and projected workload within the firm overall and for the specific team members. Additionally, firms must provide a table showing annual revenue and employee #s with engineers and designers broken out for the past three (3) years as well as the current year s work under contract. Documentation supplied shall support that the firm has the capacity to accomplish task order work. Firms are required to notify the Government of any changes in their capacity that could limit their ability to perform the work prior to contract award. Experience in Construction Period Services: Respondents must provide one recent project and provide a narrative on how the Engineering firm incorporated the following into their project: Professional field inspections during the construction period Review of construction submittals Support in answering requests for information during the construction period Support of construction contract changes to include drafting statements of work and cost estimates Any project provided in addition to the one will not be evaluated as part of this criteria. Hazardous Materials: The Engineering firm shall provide a minimum of two (2) and maximum of five (5) projects which involved Hazardous materials i.e. (lead and/or asbestos). Firms shall provide narrative on approach and management through CPS. State whether or not a NESHAP was included in the scope and whether or not unforeseen hazardous materials resulted in a change order. G. QUESTIONS AND COMMENTS: Questions and comments regarding this notice must be submitted by email only to the Contract Specialist, Paige Pearson at paige.pearson@va.gov by Thursday, September 26, 2024, at 1:00 pm EST. Oral questions will not be answered. Answers will be posted on or around Thursday, October 3, 2024. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: SF 330 submittal packages shall be submitted no later than 4:00PM EST on Monday, October 21, 2024. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. Qualified Engineering firms are required to submit ONE (1) electronic copy via email to paige.pearson@va.gov. Subject line to Read : SF330 Project VISN-1 Engineering Services IDIQ. If file size exceeds 7MB then firms are required to send multiple emails with a sequence stating, Email 1 of __ . SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. Submissions are limited to 65 pages. Absolutely no photographs shall be submitted. Title pages and tables of contents, if applicable, are excluded from the page count limitation. Pages submitted more than the limitations specified in this Notice will not be evaluated by the Source Selection Evaluation Board. Telephone or Fax inquiries will not be accepted. I. SF 330 PACKAGE CONTENTS: The SF 330 submittal packages shall consist of a completed SF 330, specific information addressing each of the seven (7) selection criteria described in this Notice. Respondents are required to meet all requirements in addition to those identified as selection criteria. SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. Any SF 330 submittal package, modification, or revision, that is received after the exact time specified for receipt is late and will not be considered unless it is received before award is made, the contracting officer determines that accepting the late submittal would not unduly delay the acquisition; and there is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. J. SF 330 PACKAGE PREPARATION: Electronic copy shall be in searchable PDF format of the SF 330. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9-digit zip code, phone number, e-mail address, DUNs number and Unique Entity Identifier, date of response, title, and Notice identification. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. A table of contents shall be provided for ready reference to sections and figures. SF 330 submittal packages shall be consistent with the following structure and formatted accordingly: SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS 1. Sections A through D 2. Section E 3. Section F 4. Section G 5. Section H 6. Section I 7. Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). K. FAR, VAAR, and VAAM: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following internet links: FAR https://www.acquisition.gov/ VAAR https://www.va.gov/oal/library/vaar/index.asp VAAM https://www.va.gov/oal/library/vaam/ END OF SPECIAL NOTICE
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/29151ba0befa4fb88c9142e8e116b342/view)
- Record
- SN07199046-F 20240907/240905230117 (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 |