SPECIAL NOTICE
C -- 405-25-002 | A/E Multi-stack Chiller Replacement
- Notice Date
- 1/28/2025 11:22:39 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
- 36C24125R0029
- Response Due
- 2/21/2025 12:30:00 PM
- Archive Date
- 05/31/2025
- Point of Contact
- Deborah L. Hughes, Contracting Specialist, Phone: 317-610-7270
- E-Mail Address
-
deborah.hughes4@va.gov
(deborah.hughes4@va.gov)
- Awardee
- null
- Description
- Special Notice Special Notice Page 9 of 9 Special Notice Special Notice Page 1 of 9 SPECIAL NOTICE FOR QUALIFICATIONS (SF-330) 405-24-111 A/E Multi-stack Chiller Replacement NAICS Code: 541330 Engineering Services (Small Business size standard $25.5 million dollars) Magnitude of construction is between $1,000,000 and $5,000,000 A. INTRODUCTION: The White River Junction VA Medical Center (WRJ VAMC) in White River Junction, VT, has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services for the replacement of cooling system components that provide chilled water to the main campus loop at the WRJ VAMC. This project consist mainly of replacement of two water-cooled multi-stack modular chillers that have proven to be unreliable, prone to mechanical breakdowns, and difficult to service. The A/E scope of work consists of providing professional services and corresponding deliverables through the Design, Procurement, and Construction Phases of the project. In the Design Phase, the A/E shall coordinate Structural, Architectural, Plumbing, Mechanical, Electrical, and Telecommunications disciplines to conduct design, engineering, and modeling of the replacement chiller system. The A/E shall develop and provide construction documents of sufficient detail for cost estimating, contractor bidding, and construction. Requirements for each phase of A/E services are outlined further below. Period of Performance for Design Phase services is 200 calendar days. Procurement and Construction services will be issued as option CLINs, which will include Construction Support Services (CPS) through the construction phase of this work. See attached Statement of Work for complete details. B. CONTRACT INFORMATION: The WRJ VAMC located in White River Junction, VT, has a requirement for a Firm Fixed Price contract to provide all professional engineering services associated with project 405-25-002 A/E Multi-stack Chiller Replacement at the WRJ VAMC, 163 Veterans Drive, White River Junction, VT 05009. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-73 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM) at www.sam.gov and the SBA Veteran Small Business Certification (VetCert) (https://veterans.certify.sba.gov/). VetCert will be used to determine SDVOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541330 at the time SF330 s are submitted. Prospective firms are reminded that in accordance with VAAR 852.219-73 - VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jan 2023)(DEVIATION) and VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern or similarly situated concerns. Any work that a similarly situated VetCert-listed 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, Subpart 836.6 of the VA Acquisition Regulation, and Subpart M836.602-1 of the VA Acquisition Manual. All submissions will be evaluated in accordance with the evaluation criteria. A ""short list"" of the three most highly rated after initial source selection will be chosen for negotiations of a contract award. 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. Respondents are put on notice that firm(s) 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 this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract. 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: The Contractor shall provide Architect/Engineer (A/E) services to design a construction project at the WRJ VAMC in accordance with this design scope of work associated with project 405-25-002 A/E Multi-stack Chiller Replacement. The A/E scope of work consists of providing professional services and corresponding deliverables through the Design, Procurement, and Construction Phases of the project. In the Design Phase, the A/E shall coordinate Structural, Architectural, Plumbing, Mechanical, Electrical, and Telecommunications disciplines to conduct design, engineering, and modeling of the replacement chiller system. The A/E shall develop and provide construction documents of sufficient detail for cost estimating, contractor bidding, and construction. Once procurement of the Construction project is identified VA shall exercise option Procurement Phase CLIN in which A/E will assist the VA during the bidding, contractor evaluation, and contract negotiation processes. And lastly the option Construction Phase CLIN will commence with the award of the Contract for Construction by the Government to a Contractor selected for the construction project. 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. Specialized Experience and Technical Competence 2. Professional Qualifications 3. Experience in Construction Period Services 4. Past Performance 5. Capacity 6. Geographic Location 7. Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors F. SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 7) are provided below. Specialized Experience and Technical Competence This factor assesses specialized experience and technical competence in the type of work required, including, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The A/E Firm shall demonstrate its expertise in the design and engineering of health care facilities especially the heating, ventilation, and air-conditioning (HVAC) infrastructure of medical centers requiring 24 hour uninterrupted operations. The A/E Firm shall additionally demonstrate its experience in providing Construction Period Services for hospital facilities, particularly in HVAC renovation projects. The respondent shall describe its technical capabilities in design quality management procedures, Computer-Aided Design and Drafting (CAD), Building Information Modeling (BIM), and equipment resources. The A/E Firm shall identify its proposed project team and management structure, its approach to coordination of disciplines, subcontractors, and prior working relationships. The A/E Firm shall provide a detailed narrative of a minimum of three (3) and a maximum of five (5) recent and relevant projects that best illustrate the overall experience and competence of its team. Recent 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. Relevant is defined as performance of work on projects that are similar in size, scope, and budget to the type of project anticipated under the resultant contract. Only the first five (5) projects submitted will be evaluated. Firms that demonstrate project experience with VA hospital environments will earn higher ratings. Professional Qualifications This factor evaluates the A/E firm according to its ability to demonstrate the professional qualifications necessary for satisfactory performance of required services. These qualifications include the education, training, registration, overall relevant experience, and longevity with the firm of key management and technical personnel proposed for assignment to the project, and their record of working together as a team. Firms are expected to demonstrate experience which demonstrates ability to perform a project such as this within a VA Medical Center or hospital environment. Firms shall provide brief resumes of proposed team members who will specifically serve as the project managers and designers of record, as well as of other relevant team members or subcontractor/subconsultant team members who will perform technical tasks under this contract. Subcontractor team member resumes shall indicate their record of working together with the prime contractor. The design professionals of record shall direct and be responsible for the design within their respective disciplines and shall sign and seal the construction contract documents (drawings and specifications). All design professionals of record must be professionally registered in their discipline, and this shall be identified on their resumes. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team member s experience in his or her technical field relevant to this contract scope. At a minimum, design professionals of record shall be provided for the following disciplines: Architect, Project Construction Cost Estimator, Structural Engineer, Mechanical Engineer, Electrical Engineer, Industrial Hygienist, Commissioning Agent. Designers of Record provided shall have no less than five (5) years of relevant experience. Experience in Construction Period Services The A/E Firm shall demonstrate its 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 Support of construction contract changes to include drafting statements of work, and Cost estimates. The respondent shall provide a narrative on how it incorporated Construction Period Services into at least one (1) of its submitted examples of recent projects (refer to criterion 1 above). Of particular interest for this project are the coordination, review, inspections, and support services relating to mechanical installations and to HVAC commissioning. Past Performance This factor evaluates past performance on contracts with Government agencies and private industry in terms of technical quality of work, cost control, adherence to performance schedule, general management and business relations, and regulatory compliance. Evaluations may also consider professional conduct, cooperativeness, and any record of significant claims against the firm due to improper or errors/omissions, incomplete design and/or engineering services. The A/E firm shall submit a minimum of three (3) and maximum of five (5) past performance evaluations on recent projects relevant to the one being procured under this notice. Greater consideration will be placed on previous work with the VA. 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 in private industry. Provide a copy of all (A/E) performance evaluations issued for government contracts (as applicable). For Non-Federal contracts, provide facility owner documentation of the firm s performance issued on that contract. If known documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number. Provide copies of awards and letters of appreciation or recommendation as desired. Capacity The A/E Firm shall attest to its capacity to accomplish the work in the required time. The firm shall show the following as percentages of its total capacity: Active design projects Active construction phase services Projects in study or planning stages Available capacity for immediate new work The respondent shall: Describe its record for delivering projects on time Summarize its approach to staffing and company resource management For the key personnel on the proposed project team, tabulate their current and projected workload as percentages of their available individual capacity, and List all work awarded to the A/E Firm by the VA during the previous 12 months, as well as any current indefinite delivery, indefinite quantity (IDIQ) contracts that it has. List the current stage and percentage of completion for non-IDIQ projects. A signed statement shall be provided stating that the firm acknowledges that prior to award of the contract, it is required to notify the Government of any changes in its capacity that could limit its ability to perform the work within the required time. Geographic Location This evaluation factor considers separately the respondent s location in the general geographical area of the project and knowledge of the locality of the project. The A/E Firm shall demonstrate its specific knowledge of local conditions or project site features such as: geological features climate conditions local construction methods construction firms and trades labor availability permit requirements local laws and regulations Geographic proximity shall be measured by the driving distance between the Offeror s principal business location and the WRJ VAMC located at 163� Veterans Drive, White River Junction, VT 05009. Determination of the mileage will be based on Google Maps (https//www.google.com/maps/dir/). Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors Respondents must provide a narrative on how they will commit to the use of Service-Disabled Veteran-Owned small businesses, Veteran-Owned small businesses, and other types of small businesses as subcontractors. G. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contract Specialist, Deborah L. Hughes, at deborah.hughes4@va.gov and the Contracting Officer, Diane C. Davis at diane.davis2@va.gov. b. Oral questions will not be answered. c. The deadline for questions is February 07, 2025 at 4:00PM EST. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages shall be submitted no later than 4:00PM EST on February 28, 2025. Responders must ensure the SF 330 submittal packages, any revisions, and modifications are submitted by this time. b. Qualified A/E firms are required to submit ONE (1) electronic copy via email to deborah.hughes4@va.gov. 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 c. Submission of information incorporated by reference is not allowed. d. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. e. Submissions are limited to 65 pages. i. Absolutely no photographs shall be submitted. ii. Title pages and tables of contents, if applicable, are excluded from the page count limitation. iii. Pages submitted in excess of the limitations specified in this Notice will not be evaluated by NCO 1. f. Telephone or Fax inquiries will not be accepted. I. SF 330 PACKAGE CONTENTS: a. The SF 330 submittal packages shall consist of a completed SF 330, specific information addressing each of the seven selection criteria described in this Notice. b. Respondents are required to meet all requirements in addition to those identified as selection criteria. c. SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. d. 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: a. Qualified A/E firms are required to submit ONE (1) electronic copy via email to deborah.hughes4@va.gov and diane.davis2@va.gov. - SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. b. Electronic copy shall be in searchable PDF format of the SF 330. c. 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, Unique Entity Identifier, date of response, title and Notice identification. d. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. e. A table of contents shall be provided for ready reference to sections and figures. f. 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 and VAAR: 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 Disclaimer - Not all attachments from SOW needed for completing the SF 330.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2b33653488d34df493a151520f02ada3/view)
- Record
- SN07324841-F 20250130/250128230103 (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 |