SOLICITATION NOTICE
C -- Design New Community Center for LTSS Neighborhood 550-323 VISN 12 - Minor - Danville, IL
- Notice Date
- 10/3/2024 11:15:07 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77624R0159
- Response Due
- 11/6/2024 10:00:00 AM
- Archive Date
- 02/13/2025
- Point of Contact
- Caroline J Walker, Contract Specialist, Phone: 216-447-8300
- E-Mail Address
-
caroline.walker@va.gov
(caroline.walker@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION 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, reports and construction period services for Project #550-323 New Community Center for LTSS Neighborhood project located at the VA Illiana Health Care System (VAIHCS) located at 1900 E. Main Street. Danville, IL 61832. The A-E shall provide investigative and feasibility design services, schematic design drawings, design development drawings, construction documents, final bid documents, specifications, calculations, cost estimates, narratives, bidding support services, solicitation support services, and construction period services for all facets of work and disciplines/trades to facilitate a construction project. 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 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 541310 Architectural Services and the annual small business size standard is $12.5M. A full design team is required to complete this project. The award is projected to be made in December 2024. The anticipated period of performance for completion of design is 196 calendar days after notice of award (NOA). The VAAR magnitude of construction for this project is between $1,000,000 $2,000,000. Please note that the 196-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 (3) 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 determined to be most advantageous and economical by the contracting officer. This may include written responses or Microsoft Teams phone interview presentations. However, the form of discussions will be the same for all firms. 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 for selection based on the primary and secondary selection criteria (if necessary). 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 for the highest rated firm 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. Primary Selection Criteria: Professional Qualifications (sections C through E): Professional qualifications necessary for satisfactory performance of required service. 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 particular state where the project is located. A resume for each of these key positions must be provided via Section E in the SF330. Key positions and disciplines required for this project include, but are not limited to: Architect, LEED certification/US Green Build Council certification, AIA Registered Communications Distribution Designer (RCDD) Cost Estimator, Certified Cost Professional (CCP) Civil Engineer, Professional Engineer (PE) Electrical Engineer, Professional Engineer (PE) Environmental Engineer, Professional Engineer (PE) Fire Protection Engineer, Professional Engineer (PE), Certified Fire Protection Specialist (CFPS) Mechanical Engineer, Professional Engineer (PE) Plumbing Engineer, Professional Engineer (PE) Project Manager, Professional Engineer (PE or AIA or PMP) Structural Engineer, Professional Engineer (PE) Physical Security Specialists, Physical Security Professional (PSP) Commissioning Agent, Building Commissioning Professional (BCxP) Interior Designer 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. Specialized Experience and Technical Competence (sections F, G, and H): Specialized experience and technical competence in the design and construction period services provided for new construction of a healthcare facility. Project experience should include design of administrative spaces, office spaces, examination rooms and sustainable civil/site design. Other specialized experience includes experience in critical path scheduling, hazardous materials, fire protection, construction infection control protocols, energy conservation, transition, and sustainable design practices. Prior experience with the VA small home model is desirable. 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 five (5) 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 be used to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided relevant projects. The offeror shall include narratives addressing the following topics 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. The management approach The coordination of disciplines and subcontractors Quality control procedures, and Familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. Capacity (section H): 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, any federal agency, and private sector, during the previous twelve (12) months or any active projects at PCAC. Include the full potential value of any current indefinite delivery contracts the Prime firm has been awarded from any source. Offeror shall clearly state their available capacity presenting workload percentages for the key disciplines and/or team members. Also, the offeror must provide the award date, completion percentages and expected completion date for the VA projects awarded in the previous twelve (12) months or active at PCAC. 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. Past performance (section H): Past performance will be evaluated 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 VA CPARS entry. VA CPARS are not required to be submitted with the SF330 submission. The contract number for the project must be submitted for each project provided in Section F so CPARS can be reviewed in the database. Please note we are unable to review any CPARS from other federal agencies outside of the VA. For any project that does NOT have VA CPARS data available, a Past Performance Questionnaire (PPQ) is required to be submitted with the SF330. If the firm (Prime or Subcontractor) was not the Prime contractor on any project submitted in the SF330, a PPQ must be submitted listing their specific role (key disciplines) as a subcontractor. The PPQ should be rated and signed by the evaluator. In the event that a firm does not receive a requested complete PPQ from an evaluator prior to the time for submission, the firm shall 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. The Government may consider additional performance related information regarding the firm, to include 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. 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 will result in a firm being considered less qualified. The information for this factor shall be provided in Section H of the SF 330. Knowledge of Locality (section H): Demonstrate and describe experience in the local area and the specific knowledge of certain local conditions or project site features the experience provided. This description may include (if applicable): The information for this factor shall be provided in Section H of the SF 330. Any prime firm or subcontractor experience within the VISN or at the VAMC State or local construction codes, laws, or regulations Climate and seismic related conditions or features 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 Factor 1, Geographic Location. See below. Construction Period Services (section H): Experience in construction period services must be demonstrated via project experience. These may be the same projects identified above in Section F; however, the firm shall clearly delineate the types of construction period services performed for each. Refer to the Statement of Work for review timeline expectations. Project descriptions must include experience with: Providing minutes of meetings between the AE, VA, and contractors Support of construction contract changes to include drafting statements of work and cost estimates. Solicitation support services Review of construction submittals Responses to Request for Information (RFI) Review and approval of construction submittals covering products that have been listed within the contract documents. Coordination with commissioning requirements Site visits; site inspection reporting Attendance at weekly conference calls Professional field inspections during the construction period Support in answering requests for information during the construction period. Generation of punch-list reports Pre-final inspection site visits Production of as-built documentation Verification of as-built conditions from contractor-supplied marked up prints, and preparation of as-built documents to be provided to the VA. The firm shall provide a detailed description of projects worked that illustrate experience in these fifteen areas. Projects must be within the last ten (10) years. In addition, the firm must include a description of 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 firm, as measured by the driving distance (miles) between the Offeror s principal business location and the project site located at VA Illiana Health Care System (VAIHCS), Danville, IL. 1900 E. Main Street. Danville, IL 61832. 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 discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 submission. 5. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications: Submission Contents Firms are required to submit two documents: One SF 330, Architect/Engineer Qualifications, Parts I and II, and any attachments, as a PDF on the SF 330 form (form is available on-line at https://www.gsa.gov/reference/forms/architectengineer-qualifications). One separate Company Information document, that will not be evaluated, containing the following information: Cage code; Unique Entity Identifier (UEI); Tax ID Number; E-mail address(es) and Phone number(s) of the Primary Point(s) of Contact; Address of firm for correspondence; A copy of the firm s VetCert and verification Notice to SDVOSB Joint Venture/Mentor Protegee: Any offeror submitting a proposal as a joint venture must provide a certification from each SDVOSB joint partner, signed by an authorized official of each partner to the joint venture, stating that the parties to the joint venture (1) have entered into a joint venture agreement that fully complies with paragraph (c) of 13 CFR ยง 128.402 and (2) will perform the contract in compliance with the joint venture agreement. Failure to submit a certification in the form of a copy of the offeror's Joint Venture Agreement that is signed by both parties, with the offeror's proposal, may result in the rejection of the proposal. Format of Submissions The page limitation of the SF 330 PDF submission shall not exceed a total of 25 pages. This includes cover letters, title pages, section divider pages, table of contents, etc. Every page in the PDF will count toward this page limit except copies of licensure, if included, CPARS, PPQs, and Part II of the SF 330. Do not combine the Company Information document with the SF 330 PDF. GSA.gov provides a standard fillable SF 330. The formatting of the SF 330 submission shall follow that of the standard form and cannot be manipulated or changed, meaning each page shall be: In the default font and default font size In black ink (no gray, no colors) Single spaced (no less than 1.0 is permitted) 8.5 x11 paper (except the organizational chart in Section D as long as the organizational chart is the only item on the larger paper) The margins must be the pre-defined margins in the form-fillable SF 330 on GSA.gov's website (7/2021 version). All information must be contained between the thick black lines at the top and bottom, and the sides may not extend horizontally beyond these thick black lines. Do not shrink the margins. Any page that does not comply with these formatting instructions (with information that extends beyond these margins, uses a different font, uses less than single line spacing, or any pages in excess of the 25 pages that are not exempt, etc.) will be removed and will not be evaluated. Submit ONE (1) SF 330, Statement of Qualifications and any attachments, and ONE (1) accompanying Company Information document containing the above SDVOSB information, via email to both the Contract Specialist Caroline.Walker@va.gov and to the Contracting Officer William.Henkel@va.gov. The subject line of the email shall read: SF 330 Submission; 36C77624R0159 New Community Center for LTSS Neighborhood The SF 330 PDF and Company Information document shall be submitted in one email and have a total file size of less than 5 MB. No hard copies will be accepted. Firms not providing the required information may not be evaluated. All information must be included in the SF 330 submission package. Technical Questions All questions shall be submitted to William.Henkel@va.gov & Caroline.Walker@va.gov & Megan.Johnson9@va.gov with the subject line SF 330 Question - New Community Center for LTSS Neighborhood . The cutoff for question submission is 2:00pm ET on October 15, 2024. Questions will be answered through modification to the Pre-Solicitation Notice posted to Contracting Opportunities at SAM.gov. Submission Due Dates All responses are due via email on or before November 6, at 1:00pm Eastern Time. NOTE: 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. All emails must be received by the VA email server by 1:00 PM ET. The time will NOT be based on when firms hit Send . DO NOT WAIT UNTIL THE LAST MINUTE TO SEND SUBMISSIONS. Errors in email address spelling or attempts at emailing timely will not recover a late submission. Other Information All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer shall verify the NAICS code in VetCert through the Small Business Administration (SBA) and/or the System for Award Management (SAM). Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission. Reminder: This procurement is a 100% set-aside for SDVOSB concerns. Offers received from other than SDVOSB concerns will not be considered. All SDVOSBs must be listed as certified by the SBA Veteran Small Business Certification (VetCert). Offerors must be certified and visible in the SBA VetCert database (Veteran Small Business Certification (sba.gov)) at TIME OF SUBMISSION OF SF 330 s, WRITTEN RESPONSES AND TIME OF AWARD. Failure to be BOTH visible and certified at the time of SF 330s, Written Responses and time of award will result in the offeror being deemed unacceptable and ineligible for award. All Joint Ventures must be SBA certified at time of submission, written response submission, and award, and submit agreements that comply with 13CFR 125.15 prior to contract award. It is the offeror s responsibility to check the Contract Opportunities website at: https://www.sam.gov/ for any revisions to this announcement prior to submission of SF 330s. LIST OF ATTACHMENTS
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fa1976f8a5f64007acb412ef45328b7d/view)
- Record
- SN07232391-F 20241005/241003232516 (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 |