Virginia Bids > Bid Detail

C1DA--AE IDIQ MATOC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159495897833184
Posted Date: Mar 20, 2024
Due Date: Mar 27, 2024
Solicitation No: 36C24922R0075
Source: https://sam.gov/opp/ba4c42f02b...
Follow
C1DA--AE IDIQ MATOC
Active
Contract Opportunity
Notice ID
36C24922R0075
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 20, 2024 11:14 am CDT
  • Original Published Date: Feb 26, 2024 03:24 pm CST
  • Updated Response Date: Mar 27, 2024 12:00 pm CDT
  • Original Response Date: Mar 27, 2024 12:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 04, 2024
  • Original Inactive Date: Jul 04, 2024
  • Initiative:
    • None
Classification View Changes
  • 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:
    • 541330 - Engineering Services
  • Place of Performance:
    TVHS, Mt. Home, Lexington, and Memphis VA Medical Centers , 37128
    USA
Description View Changes
Amendment 0002

Question 1: When reviewing the presolicitation notice, we could not find the page count included for this submission. We request the page count be provided and that it excludes Part II's.

Answer: Page 3 of the presolicitation notice: Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only emails will be accepted. Faxed or hand carried SF330s will not be accepted and any offeror will be rendered technically unacceptable outright, and shall not be eligible for award. Only ONE email is permitted unless otherwise stated in this paragraph or in writing by a Contracting Officer, an

Question 2: The Phase 1 evaluation criteria included on pages 8 and 9 of the presolicitation notice do not provide any supplementary detail on submission requirements. We request that the selection criteria be expanded on to include information on the amount of Section F projects under specialized experience and technical competence, the metric for gauging past performance of Section F projects, and any requirements for key personnel included in Section E resumes under professional qualifications.

Answer:
Page 7 - 6. SELECTION PROCEDURES:

(a) Selections of the most highly qualified firms shall be made in accordance with procedures provided in the Brooks Act, Public Law 92-582, the Federal Acquisition Regulation (FAR) Part 36, and VA Acquisition Regulation (VAAR) 836.6. The process below shall be followed to establish each AE IDIQ.
(b) Respondents SF330 Qualifications packages received shall be evaluated in accordance with strict compliance with the requirements and selection criteria specifically set forth in the FBO synopsis. Evaluation of past performance and experience may include information provided by the offeror, customer inquiries, government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified.
(c) Each firm must demonstrate their (including subcontractors ) qualifications with respect to the selection criteria listed below. SF330s will be evaluated via a numerical rating system to determine the most highly qualified firm/team based on submitted SF330 responses. Failure to provide requested data or comply with the instructions in the synopsis and SF330 instructions could result in a firm being considered less qualified or eliminated from consideration.
(d) The Respondent's SF330 submission must adequately address each Evaluation Selection Criterion. All responsive submissions for Phase 1 selections of most highly rated firms will be evaluated using the following Evaluation Selection Criteria, listed in descending order of signifi

PHASE 1 Evaluation Selection Criteria
1. Professional qualifications necessary for satisfactory performance of required services.
2. Specialized experience and technical competence of the firm (including a joint venture or association) with the type of work required, including, where appropriate, experience in conservation, pollution prevention, waste reduction and use of recovered materials
Attachment 2 Synopsis 36C24922R0075 Project Name: VISN 9 AE IDIQ MATOC
Page 8 of 11
3. Capacity of the firm to perform work (including any specialized services) within the time limitations.
4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules
5. 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.
6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a

Question 3: The instructions in the Presolicitation Notice state that only one email is permitted and that the maximum size of the email shall not exceed 5 MB. It also states that a separate package shall be submitted for each location that the Offeror is interested in pursuing. In order to meet the email size requirement of 5 MB, could you please confirm that each separate package for each location should be submitted in its own separate email?
Answer: Please make sure you mark each location that you are interested in with each package you submit on a separate email for each location.
Question 4: Instructions on Page 3 of 13 provide that we include Attachment 2 (copied out of the solicitation file on Page 5 and 6 of 13). Can you clarify that, for example, if we are submitting for all four VAMC Medical Center Locations, we d check all four, and then submit the SF330 to you four times with a different location in each subject line? Each email and attached file would state VISN9 and the location for which it is submitted?
Answer: Submit an email for each location separately and mark the subject line accordingly. Please mark which location it is for on the document provided.
Question 5: Should we include copies of existing past performance questionnaires or CPARS ratings for the projects we include in Section F of the SF330 Part I? Are there limits for Section F projects in terms of number of relevant projects expected and performance/completion dates (recency)?
Answer: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with schedules. Please make sure that you are submitting projects that are relevant for NAICS codes 541310 and 541330.

Question 6: Is there an attachment that can be issued to provide this for use in our response?
Answer: Please make sure you mark each location that you are interested in with each package you submit. I have attached a form to use when you submit your SF330s.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • 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 >