Virginia Bids > Bid Detail

C1DZ--508-24-105 Renovate FTM Building 135 (VA-24-00004432)

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159169262875433
Posted Date: Mar 6, 2024
Due Date: Oct 27, 2023
Source: https://sam.gov/opp/1eb372d94d...
Follow
C1DZ--508-24-105 Renovate FTM Building 135 (VA-24-00004432)
Active
Contract Opportunity
Notice ID
36C24724R0006
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
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
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 06, 2024 04:38 pm EST
  • Original Published Date: Sep 27, 2023 04:38 pm EDT
  • Updated Response Date: Oct 27, 2023 01:00 pm EDT
  • Original Response Date: Oct 27, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 13, 2024
  • Original Inactive Date: Feb 03, 2024
  • 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:
    • 541310 - Architectural Services
  • Place of Performance:
    Fort McPherson VA Clinic Atlanta , 30310
Description

THIS IS AN ANNOUNCEMENT TO CANCEL THE SUBJECT PROJECT.





THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE. ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: 1. The Department of Veteran Affairs, Network Contracting Office 7 is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for Project 508-24-105 FTM Bldg 135 Reconstruction at the Fort McPherson VA Clinic, located at 1701 Hardee Ave, SW, Atlanta, GA 30310. Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States to be considered for this opportunity. Also, see geographic location restriction in paragraph 4 of this notice. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. 2. This acquisition is a 100% set aside for Certified Service-Disabled Veteran-Owned Small Businesses. a. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified in VAAR Clause 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION). b. Prospective Contractors must comply with VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION). In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73. Any work that a similarly situated certified SDVOSB/VOSB 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. c. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, must be certified and listed in the SBA certification database (https://veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualification. For a Joint Venture to be considered eligible as an SDVOSB if the joint venture 13 CFR 128.402 and the managing joint venture partner makes the representations under paragraph (c) of this clause. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph 852.219-73(d) of the clause will be performed by the aggregate of the joint venture participants. Failure of a prospective SDVOSB to meet these certification requirements by the SBA shall result in elimination from consideration. Plus, the firm is reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212. 3. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 508-24-105 FTM Bldg 135 Reconstruction . The estimated magnitude of construction for this project is between $1,000,000 and $5,000,000. The estimated/target design completion period is 175 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541310, Architectural Services with a size standard of $12.5 million. 4. The area of consideration for this acquisition is restricted to A/E firms with an operating office located within 500 miles of the Fort McPherson VA Clinic, located at 1701 Hardee Ave, SW, Atlanta, GA 30310. Eligible prime contractor firms must have a main and/or branch office geographically located within the 500 mile radius. The address of the main and/or branch office shall be documented on the SF 330. (Determination of mileage eligibility will be based off Google Maps) 5. Project Information/Statement of Tasks: The AE shall provide architectural-engineer (A/E) usual and customary investigative and design services to prepare design-bid-build (DBB) bid documents for the Renovate existing Building 135 at Fort McPherson to create shop and personnel workspaces for Engineering and Police services. The project includes renovation of approximately 5,200 SF of existing space. Work includes the following: 1. Architectural: Replace existing roof, exterior/interior doors, ceilings, windows, floors, toilet partitions and accessories, casework and countertops. 2. Plumbing: Replace waste, drain, vent, domestic cold-water supply, and hot water supply piping, and fixtures. 3. Electrical: Replace service entrance, main and branch distribution panels, generator manual disconnect switch, lighting, control, telecommunications, fire alarm, and grounding systems. Install new security access/control system to include CCTV, network video recorders, monitors, and card readers. 4. Mechanical: Replace waste, drain, vent, domestic cold-water supply, and hot water supply piping, and fixtures. Replace sanitary and vent piping and compressed air system. Install new electric heaters, packages air conditioning DX unit with gas heat, interior supply ductwork, return air system, general exhaust systems, and gas-fired unit heater. 5. Site Work: Replace existing asphalt parking lot, concrete pedestrian access pathways and driveway, installation of new sanitary piping, and security fencing and bollards. The A/E services shall include site investigation, preparation of design analysis, plans and specifications, and construction cost estimates. 6. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance: Professional: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF 330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. The VA will confirm the individuals are current and in good standing with the respective state licensing board. Specialized: Specialized experience and technical competence in the type of work required, including, where appropriate on similar projects: experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (include Government and private Experience). Technical competence includes design quality management procedures, CADD, equipment resources, and laboratory requirements of the prime firm and any subcontractors. In addition, provide information on the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships). Capacity to accomplish work in the required time: This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines identified in the paragraph b. specialized experience when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. Past Performance: Submit a minimum of three (3) references. CPARS data or Past Performance Questionnaires should be provided for projects submitted under Factor b. Specialized. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Past performance as it relates to cost control, quality of work, and compliance with performance schedules, and any record of significant claims against the firm due to improper or incomplete engineering services (references required). 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. Past performance will be evaluated on recent and relevant contracts with government agencies. Recent is defined as performance occurring within 5 years of the date of this notice, except those ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Location and knowledge of locality: 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. That your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF 330 submittal should show your knowledge of the locality of the project.) Eligible prime contractor firms must have a main and/or branch office geographically located within the 500-mile radius. Commitment to use SDVOSB and VOSB: The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Construction Period Services: 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, and support of construction contract changes to include drafting statements of work, and cost estimates. 7. Selection Procedures: a. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. b. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. c. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are available, report(s) shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit. Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330. d. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. 8. Submission Requirements: a. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. The following format should be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H. (5) Copy of Current A/E state Engineer/Architect License (6) Unique Entity ID (UEI): (7) Tax ID number (8) The E mail address and Phone number of the Primary Point of Contact. b. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work should submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) Oct 27, 2023, at 1:00 p.m. EDT. Email capacity is limited to ten (10) megabytes (Megs). c. All SF330 submittals and questions must be sent electronically to the attention of Joyce Powers, Contracting Officer at joyce.powers1@va.gov. Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. DO NOT SEND HARD COPIES d. The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e., CPARS) and award documentation. This information should be provided as attachments to the SF 330. e. Any questions regarding this announcement can be emailed to joyce.powers1@va.gov no later than Oct 17, 2023. Site Visits will not be arranged during this phase. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION.


Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • 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 >