C1DA--AE Contract_539-335 Relocate Audiology Cincinnati (VA-22-00036456)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Ohio
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159009578947405
Posted Date: Mar 27, 2023
Due Date: Apr 3, 2023
Solicitation No: 36C77623R0059
Source: Members Only
Follow
C1DA--AE Contract_539-335 Relocate Audiology Cincinnati (VA-22-00036456)
Active
Contract Opportunity
Notice ID
36C77623R0059
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 27, 2023 02:52 pm CDT
  • Original Published Date: Feb 23, 2023 04:11 pm CST
  • Updated Response Date: Apr 03, 2023 10:00 am CDT
  • Original Response Date: Mar 27, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 18, 2023
  • Original Inactive Date: Apr 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Cincinnati VA Medical Center Cincinnati , OH 45220
    USA
Description

PRESOLICITATION NOTICE 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. I. 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 # 539-335 Relocate Audiology and ENT from Basement project located at the Cincinnati VAMC in Ohio. A/E Part One Services (also known as Design Phase) for this design project includes site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project. A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project, attendance at post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately one site visits per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance in the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. All Part Two Services are optional line items and may not be exercised at the time of award. The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this 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 Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 836.6. 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. II. PROJECT INFORMATION This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $25.5M. This project requires a full design team to complete this project. The anticipated period of performance for completion of design is 287 calendar days after notice of award. The magnitude of construction is between $10,000,000 and $20,000,000. III. A-E SELECTION PROCESS: Firms submitting SF 330 s 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 presolicitation 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. 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 in writing, via phone interview or in-person 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, to include 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), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions. A site visit will be authorized for the highest rated firm during the negotiation process. An award will 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 are not successful with the highest rated firm, 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. IV. 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: Specialized experience and technical competence in the design of network infrastructure installation, renovations, and/or upgrades to information technology (IT) systems (either as solely IT projects or incorporated into new space/renovation projects). Work shall include networking back bone fiber optics, structured cabling, electrical distribution upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, telecommunication room renovations/expansions/relocations, data center reconfiguration, electronic and physical security upgrades, and all such systems and components as may be necessary to achieve project goals. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control proto-cols, energy conservation and sustainable design practices. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. The evaluation may consider the management approach, coordination of disciplines and subcon-tractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. Professional qualifications necessary for satisfactory performance of required service. The architects and engineers on the firm s staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security (note must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International), Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. 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 team proposed to perform under this requirements demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. NOTE: Proposed team shall be members of the IDIQ award team. Any substitution of personnel must receive prior consent of the Contracting Officer. Do not send resumes or SF330 s. Capacity to accomplish work in the required time. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required 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. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The Government reserves the right to also evaluate past performance on previously awarded federal task orders and any other information available. Additionally, the Government will review the firm s previous ability to meet the 50% SDVOSB performance requirement on other task orders. 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. Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations. Experience in construction period services for projects similar in scope to include 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 changes to include drafting statements of work, and cost estimates. 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 Cincinnati VA Medical Center located at 3200 Vine St. Cincinnati, OH 45220. 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. SELECTION CRITERIA DISCUSSIONS (PHASE II) This section is intentionally left blank. Criteria will be provided at time of discussions. V. A-E EVALUATION PROCESS In accordance with the Selection of Architects and Engineers statute and FAR 36.6 - Architect-Engineer Services supplemented by VAAR 836.6 and the VAAM M836.6, the Government intends to award a mutually satisfactory contract after evaluation of SF 330s, discussions and negotiations. The contract will be awarded in accordance to FAR 9.1, Responsible Prospective Contractors. VI. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications: Submit ONE (1) SF 330, Statement of Qualifications, via email to the Contract Specialist Jessica Hicks, Jessica.Hicks1@va.gov. This shall include SF 330 and any applicable attachments. All responses are due on or before March 27, 2023, at 10:00 AM Central Time (CST). The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF 330 Submission; 36C77623R0059 Relocate Audiology and ENT from basement Cincinnati, OH The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF 330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. Pages that exceed the page limitation, and are not otherwise excepted from the limitation, shall not be evaluated. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Unique Entity Identifier (UEI); 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms SBA VetCert Registry. All questions shall be submitted via email to Jessica.Hicks1@va.gov. Questions received after March 8, 2023, 10:00am (CST). Questions received after this date and time may not be answered. NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by SBA VetCert and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF-330 is submitted, discussions are held, or selection is made shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission, selection and award; and submit agreements that comply with 13CFR 125.15 prior to contract award. SF 330 submissions received after the date and time specified will not be considered. 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: https://sam.gov/ for any revisions to this announcement prior to submission of SF 330s. List of Attachments


Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Feb 23, 2023[Presolicitation (Original)] C1DA--AE Contract_539-335 Relocate Audiology Cincinnati (VA-22-00036456)
Mar 14, 2023[Presolicitation (Updated)] C1DA--AE Contract_539-335 Relocate Audiology Cincinnati (VA-22-00036456)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >