C1DZ--Project #502-23-162 Replace Laundry Roof - AE

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Louisiana
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159929318994005
Posted Date: Jun 13, 2023
Due Date: Jul 14, 2023
Solicitation No: 36C25623R0084
Source: Members Only
Follow
C1DZ--Project #502-23-162 Replace Laundry Roof - AE
Active
Contract Opportunity
Notice ID
36C25623R0084
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 13, 2023 12:22 pm CDT
  • Original Date Offers Due: Jul 14, 2023 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    DEPARTMENT OF VETERANS AFFAIRS ALEXANDRIA VA HEALTH CARE SYSTEM Pineville , LA 71360-4004
    USA
Description
A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $25.5M. The area of consideration is RESTRICTED to a 500-mile radius of the Alexandria VA Health Care System (AVAHCS), 2495 Shreveport HWY, 71N, Pineville, LA 71360, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office (a home of an employee does not meet the requirement of an Auxiliary/Satellite Office) and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor.

Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current Registration in the System for Award Management (SAM) database at https://www.sam.gov and the SBA Veteran s Small Business database at Veteran Small Business Certification (sba.gov) as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a proposed SDVOSB to be certified by the SBA at the time the SF330 s are submitted shall result in elimination from consideration as a proposed contractor.

SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a Service-Disabled Veteran-Owned Small Business concern agrees that, in the performance of the contract, it will not pay more than 50 percent of the amount paid by the government to it to firms that are not VIP listed SDVOSBs.

Design Costs: All offerors are advised that in accordance with VAAR 836.606-71(a)
the total cost of the architect or engineer services contracted for shall not exceed 6 percent of the estimated cost of the construction project not including any fees for investigative services, special consultant services that are not normally available in organizations or architects or engineers that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required, costs of reproducing drawings and specifications, travel and per diem allowances, etc. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $2,000,000 and $5,000,000.

SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed.

Evaluation Factors are Listed in Descending Order of Importance:

Professional qualifications necessary for the satisfactory performance of required services; (FAR 36.602-1 (a)(1)) provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning and cost estimating.
Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Provide a minimum of five (5) similar projects to include technical capabilities in design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, equipment resources, and laboratory requirements for the firm and any proposed subcontractors. In addition, provide information concerning the effectiveness of the proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships). (FAR 36.602-1 (a)(2))
Past performance on contracts with Government agencies, State & Local agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules. Provide information concerning superior performance ratings on recently (last 5 years from date of qualification submission for this project) completed VA projects. (Equivalent medical/hospital facility) as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Provide information concerning any claims against the firm because of any issues to include improper or incomplete architectural and engineering services.
Identify post-award construction services previously performed to include: (a) experience in professional field inspections during the construction period, (b) reviews of construction submittals, (c) support in answering requests for information during the construction period, and (d) support of construction contract changes to include drafting statements of work and reviewing/providing cost estimates.
Capacity to accomplish the work in the required time to include the available capacity of key disciplines to perform the work (in the required time). Include current workload, projected workload for the next 12 months, and key personnel s availability over the next 12 months.
Location in the general geographical area of the project and knowledge of the locality of the project (to include knowledge of geological features, climate conditions, and local construction methods that are unusual or unique). Explain how location in the general geographical area of the project and knowledge of the locality of the project was obtained.
Identification of, and commit to, the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. List percentage of work to be performed by SDVOSBs and other size businesses to be utilized subcontractors. List percentage of work to be performed by SDVOSBs and other size businesses to be utilized.

SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted by email only to JB Herbst at the following email address: jennings.herbst@va.gov

All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25623R0084. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please.

Firms that meet the requirements listed in this announcement are invited to submit an email copy of the completed SF330 including Parts I and II as described herein to the above email address no later than 2:00pm local (CT) on Thursday, 07/14/2023. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above so please do not wait until the last minute to submit your SF330s Qualification Packages in the event of a firm s email or internet connectivity issues which are not considered to be excusable delays.

Interested firms shall address each of the seven (7) Selection Criteria in their SF330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the seven (7) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing.

THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 13, 2023 12:22 pm CDTCombined Synopsis/Solicitation (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 >