C1DA--Site Water Loop-Valve Replacement 655-23-101

Agency:
State: Michigan
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159312945138697
Posted Date: Dec 12, 2023
Due Date: Aug 22, 2023
Source: Members Only
Follow
C1DA--Site Water Loop-Valve Replacement 655-23-101
Active
Contract Opportunity
Notice ID
36C25023R0040
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 12, 2023 02:12 pm EST
  • Original Published Date: Jun 23, 2023 02:01 pm EDT
  • Updated Response Date: Aug 22, 2023 01:00 pm EDT
  • Original Response Date: Jul 25, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 01, 2024
  • Original Inactive Date: Nov 01, 2023
  • Initiative:
    • None
Classification
  • Original 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:
    • 541310 - Architectural Services
  • Place of Performance:
    VAMC Saginaw Saginaw , MI 48602
    USA
Description

36C25022R0040 - Site Water Loop-Valve Replacement 655-23-101 - VAMC Saginaw, MI Page 2 of 8 PRE-SOLICITATION NOTICE (REQUEST FOR SF330s) The Department of Veterans Affairs (DVA) Network Contracting Office 10 is seeking qualified Architect -Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications for architectural and engineering (AE) services for the project 655-23-101 - Site Water Loop-Valve Replacement - Market Based Emergency and Specialty Services. Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236.25 Requirements for Registration of Designers whereby Architects and Engineers must be registered to practice in the particular professional field involved in a State (the full text of the clause can be read at acquisition.gov). Architects and Engineers performing work on projects must be registered in the State of Michigan (the laws of the State of Michigan regarding registration of architects and engineers applies). Also see geographic location and office location restrictions in paragraph 7.g. of this notice. The Scope of Work for this project is as follows: 1. This document contains information and minimal submission requirements for contract documents specified in the A/E contract. a. The intent of this project is to prepare plans and specifications necessary to replace the site water loop piping and valves and add a booster pump to the domestic water supply in Building 22. b. The total completed design shall include all necessary features and items of work required so that the Government shall have a complete buildable and functional system complying with the latest requirements of the Department of Veterans Affairs design criteria and all applicable national codes and standards. It is anticipated that the design effort will involve site development, plumbing, and electrical disciplines. c. Provide all drawings, specifications, equipment selection, equipment layout, and cost estimates as required for this contract. d. Equipment shall be provided emergency power as required by NFPA and VA standards. 2. Coordinate all activities with the VA Medical Center (VAMC). Hold informal meetings (upon mutual consent of the VA and the A/E) at the VAMC to discuss the design and related issues. Continue to expand contacts by telephone, rough sketch studies and other means of communication with the purpose of finalizing a general design approach to be followed. 3. Final approved Schematic documents shall be the basis for the development of the Design Development phase. Likewise, final approved Design Development documents shall be the basis for the development of the Construction Documents phase. The VAMC must approve any changes from each set of documents before the A/E proceeds to the next phase. 4. VA will review all submittals for functional and aesthetic relationships. However, no further functional decisions are anticipated after the Design Development phase. 5. Provide a design narrative/analysis for each technical discipline (e.g., architectural, mechanical, fire protection, etc.) which describes the intent of each discipline with schematic and/or design development submission. 6. Provide computations and sizing calculations for electrical and mechanical (plumbing) designs. For computerized calculations, submit complete and clear documentation of computer programs, interpretation of input/output, and description of program procedures. 7. Provide individually packaged drawings for each submission to each unit specified in the "Distribution of A/E Materials" section. 8. Submit a complete set of final approved drawings incorporating all revisions, within 30 days after completion of the Schematics and Design Development stages. 9. At each review stage, the VA s technical reviewer, a value-engineering consultant, or a construction manager will perform a value engineering review. 10. Submit final drawings (Bid Documents) on compact disk (CD) to be used with the AutoCAD version at the VAMC. Submit documents in accordance to the requirements outlined in this document. 11. The A/E shall utilize applicable VA Design Criteria Manuals, VA Construction Standards, and VA Master Specifications. These documents are available on the Internet at: http://www.cfm.va.gov/TIL/. 12. The A/E shall furnish all necessary labor, tools, and materials and perform work for the design. All drawings shall meet the Aleda E. Lutz CAD standards. SET-ASIDE INFORMATION: This procurement is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310, Architectural Services. Verification of SDVOSB status will be done via confirming current registration in the SBA Veteran Small Business Certification (VetCert) database (Veteran Small Business Certification (sba.gov)) upon receipt of the SF 330. Firms submitting a qualification package must also have a current registration in the System for Award Management (www.sam.gov). The awarded contract will be firm-fixed price. This procurement will be following the procedures established in the Brooks Act, Federal Acquisition Regulation (FAR) 15, FAR 36.6, and Veterans Affairs Acquisition Regulation (VAAR) 836.6. The selection process will be made using a two-stage process. Stage I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. The highest rated firms will then be short-listed and invited to continue with Stage II of the selection process. All firms not short-listed will be notified at this time. Stage II consists of Interview/Oral Presentations for the short-listed firms and selection of the top ranked firm to receive the solicitation for pricing and conduct negotiations. Stage I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance with the weight assigned to each. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330. Professional qualifications necessary for satisfactory performance of required services: The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines which will be evaluated are Architects, Engineers, Estimators, CAD operators and Project Managers. All key personnel for whom resumes are pro-vided shall be shown on the organizational chart in Section D of SF 330, Part 1. Â Specialized Experience: Describe 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. g. Firm s Capacity: Describe the firm s ability to accomplish the work in the required time commensurate with the scope of work, including existing workload that may limit AE's capacity to perform project work expeditiously Past Performance: Describe past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided via the Contractor Performance Assessment Reports System (CPARS) for projects listed in Section F of the SF330 as well as any other pro-jects contained in the database and may include review of information obtained via customer inquiries, other Government databases, and any other relevant other information available to the Government. Project past performance references older than 5 years will receive a lesser weight than those references for projects accomplished within the past 5 years. e. Geographic Location: Location in the general geographical area of the project. Driving distance time shall be calculated and measured using the Google Maps (maps.google.com) directions tool by entering the working office address as the starting point and the medical center address. The resulting Best Route travel distance, which is determined to be within (300) miles, shall be the official calculation for the purposes of this factor to determine if the two-hour travel time requirement is met. A printout of the results shall be attached to the SF330 qualification package. The working office location must be listed in the SF 330 application and must also be registered in the System for Award Management (SAM www.sam.gov). Working office locations not registered in SAM shall result in the entire SF330 submission being deter-mined as not having met the requirements of this pre-solicitation announcement and will not be considered. Construction Period Services: 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. The general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. Management Plan: Describe the firm s general project management philosophy, including the approach that will be used to meet the needs of the scope while controlling the schedule and budget. Include a description of the proposed communication plan between project leadership, the design team, subconsultants, and the Government. Firm s Commitment to Small Business: Identify and describe the extent of your firm s commitment to the use of Service-Disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors/consultants. Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. Additional criteria will be provided to these firms, and they will be given approximately ten (10) calendar days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firm will be selected, sent a Request for Proposal, and subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations only and not the SF-330 qualifications from Stage I. The submission must include a fully completed Standard Form (SF) 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF330 shall not exceed a total of 50 pages in a common font, size 11 or 12, single spaced. Use graphic presentations where such use will contribute relevant data. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. Deliver via US Mail, FedEx, UPS, etc. (or hand-deliver) the original SF330 and one (1) copies to Department of Veterans Affairs, Network Contracting Office 10, located at the Domino Farms Office Complex, 24 Frank Lloyd Dr. Suite M2200 (Conference Room), Ann Arbor, MI 48105), Attn: Contracting Officer Scott D. Brennan. In additional, email a courtesy copy as a PDF file to william.krienke@va.gov.com. The emailed file(s) size shall not exceed 20mb. The emailed SF330 may be provided in a zip file. The subject line of the e-mail should read 655-23-101 - Site Water Loop-Valve Replacement SF330 ). DEADLINE: The original and one (1) copy of the SF330 must be received at the address cite above by no later than 25 July 2023 in order to be considered. Questions and other inquiries are to be directed only via email to Contract Specialist at william.krienke@va.gov. NOTES: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO SAM.GOV TO INSURE NOTIFICATION OF ANY AMENDMENTS OR OTHER CHANGES TO THIS ADVERTISEMENT.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >