Virginia Bids > Bid Detail

C1NB--36C25623R0017 (502-23-002) AE Replace Chiller Plant DESIGN

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159211998489471
Posted Date: Feb 21, 2024
Due Date: May 30, 2023
Source: https://sam.gov/opp/314180cc91...
Follow
C1NB--36C25623R0017 (502-23-002) AE Replace Chiller Plant DESIGN
Active
Contract Opportunity
Notice ID
36C25623R0057
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?

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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 21, 2024 03:30 pm CST
  • Original Published Date: May 02, 2023 02:09 pm CDT
  • Updated Date Offers Due: May 30, 2023 04:00 pm CDT
  • Original Date Offers Due: May 30, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 22, 2024
  • Original Inactive Date: Sep 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1NB - ARCHITECT AND ENGINEERING- CONSTRUCTION: HEATING AND COOLING PLANTS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Station 502 (Alexandria Alexandria VA Medial Center , 71360-4044
Description

36C25623R0057

Page 2 of 2

Contract Information: Architect Engineer (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 Engineering Services and the applicable Small Business Size Standard is $25.5M. The area of consideration is RESTRICTED to a 500-mile driving radius of the Alexandria VA Health Care System, 2495 Shreveport HWY, 71N, Pineville, LA 71360 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. Note: The 500-mile driving radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or 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 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/portal and the Small Business Administration (SBA) https://www.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/vets/vets4212.htm. Failure of a proposed Service-Disabled Veteran-Owned Small Business (SDVOSB) to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor.

SDVOSB Requirements: In accordance with VAAR 852.219-73 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, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns.

c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71
the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. 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 $20,000,000 and $50,000,000.

SELECTION CRITERIA: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAM 836.602-1 and are listed in the following manner: Factors 1, 2 and 3 are the most important (and are equal) and Factors 4-7 are in descending in order of importance. The completed SF 330 will be evaluated by the Alexandria VA Health Care System Evaluation Board in accordance with FAR 36.602-5(a) and VAAM 836.602-5.
Professional qualifications necessary for satisfactory performance of required services. (Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.)
Specialized experience and technical competence in the type of work required. (Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.)
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications) (provide no more than five (5) recent projects)
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.
Capacity to accomplish the work in the required time, maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy.
Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project
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.

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 (Nov 2020-Deviation). All original Standard Form (SF) 330 packages shall be submitted as follows:
(a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25623R0057 The SF 330 may be downloaded from www.gsa.gov/forms. Completed SF 330s 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.

(b) Firms that meet the requirements listed in this announcement are invited to submit via email to Tammy.Saxon@va.gov ONLY. A copy of the completed SF 330 including Parts I and II as described herein, to the above email address no later than 4:00 P.M. (CST) on Thursday June 01, 2023. FAX OR MAILED SUBMISSIONS WILL NOT BE ACCEPTED. 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.

(c) Interested firms shall address each of the seven (7) Selection Criteria in their SF 330s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) Evaluation Factors to seven (7) pages total (beyond the SF330s. Any additional Narrative Information past seven (7) 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 SF 330s 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

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 >