C219--LOTO A/E PROJECT 538-23-205 - VAMC Chillicothe

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Ohio
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159711131286676
Posted Date: Mar 23, 2023
Due Date: Apr 26, 2023
Solicitation No: 36C25023R0127
Source: Members Only
Follow
C219--LOTO A/E PROJECT 538-23-205 - VAMC Chillicothe
Active
Contract Opportunity
Notice ID
36C25023R0127
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?

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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 23, 2023 03:28 pm EDT
  • Original Response Date: Apr 26, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Chillicothe VA Medical Center 17273 State Route 104 Chillicothe , OH 45601
    USA
Description
REQUEST FOR SF330

1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 538-23-205 Update Lock Out/Tag Out Procedures Program at the Chillicothe VAMC, 17273 State Route 104 Chillicothe Ohio, 45601.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6.
2. DESCRIPTION: The Architect/Engineer (A/E) shall provide all services required to prepare and furnish complete documents as required for the accomplishment of project number 538-23-205, titled Update Lock Out/Tag Out Procedures Program. Complete requirement is outlined in the attached Statement of Work.

Period of Performance: 575 Calendar Days after Contractor s receipt of Notice to Proceed
Contract Type: Firm-Fixed-Price
NAICS Code: 541330
Size Standard: $25.5 Million

3. VetCert & SAM: In accordance with VAAR 819.7003(b) (Deviation), at the time of offers/quotes (SF330 submission), and at the time of award of any contract, the offeror must represent to the contracting officer that it is a
(1) SDVOSB eligible firm;
(2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and
(3) Deviation - Certified SDVOSB/VOSB listed in the SBA certification database (aka VetCert) at https://veterans.certify.sba.gov/ (see 13 CFR 128).
If registration is required, visit https://veterans.certify.sba.gov/ to register.
Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register at https://www.sam.gov.
4. EVALUATION CRITERIA:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Firms responding to this notice shall do so using Standard Form 330 (SF-330) and will be evaluated and ranked using the selection criteria listed below. The evaluation factors are to be addressed in Section H of the SF-330 unless otherwise detailed below. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The factors are individually weighted as indicated.

The following factors shall be used to evaluate offers:
Professional Qualifications (20% weighting)
Specific Experience (20% weighting)
Past Performance (20% weighting)
Firm s Capacity (15% weighting)
Geographic Location (10% weighting)
Record Of Significant Claims (10% weighting)
Use of SDVOSB, VOSB and Small Business (5% weighting)

PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part IA to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.
5. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-73 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-73(a)(1)(v), it states:
The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable.
For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
6. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, if the board intends on holding discussions or interviews at least three of the most highly qualified firms will be selected. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will begin with the most preferred firm in the final selection.
7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:
1) One (1) electronic pdf copy via e-mail:
a. See attachments for procedures (i.e., eCMS Getting Started Guide for Vendors & eCMS Vendors_Guide_v4_2);
b. Size limitation is 20MB;

The SF330s are due on Wednesday April 26, 2023, at 4PM EST.
Acceptable electronic formats (software) for submission of SF330 packages:
(a) Files readable using the current Adobe Portable Document Format (PDF);
(b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater;
(c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger;
(d) Please note that we can no longer accept .zip files due to increasing security concerns.
The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search.
8. No Fax or Telephonic Responses will be accepted: Personal visits or telephone calls for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to ryan.stark@va.gov no later than Wednesday, 12 April 2023, by 4PM EST.
9. VA Primary Point of Contact:

- Ryan W. Stark
- Contract Specialist
- Email: ryan.stark@va.gov

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


History
  • Mar 23, 2023 03:28 pm EDTPresolicitation (Original)

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 >