Virginia Bids > Bid Detail

C1DZ--MINOR project Eglin AFB CBOC Expansion 520-24-2-8888-0001 (VA-24-00021909)

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159557848252441
Posted Date: Mar 12, 2024
Due Date: Apr 5, 2024
Source: https://sam.gov/opp/f6cee637d2...
Follow
C1DZ--MINOR project Eglin AFB CBOC Expansion 520-24-2-8888-0001 (VA-24-00021909)
Active
Contract Opportunity
Notice ID
36C77624R0036
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
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 (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 12, 2024 12:26 pm EDT
  • Original Response Date: Apr 05, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 13, 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:
    • 541330 - Engineering Services
  • Place of Performance:
    Eglin Air Force Base VA Clinic Eglin Air Force Base , 32542
Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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.
1. GENERAL INFORMATION
Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm fixed price design contract for Architect-Engineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, and reports, and construction period services for Project # 520-332 Expand Behavioral Health, Lab, and Imaging at Eglin Air Force Base, VA Clinic, Eglin Air Force Base, Florida. The A-E Services contract that is anticipated to be awarded will be procured in accordance with the Selection of Architects and Engineers statute [formerly known as the Brooks Architect Engineer Act], Federal Acquisition Regulation (FAR) subpart 36.6 Architectural and Engineering Services, VA Acquisition Regulation (VAAR) 836.6, and VA Acquisition Manual (VAAM) M836.6 Architect-Engineer Services. In accordance with FAR 36.209, Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.
2. PROJECT INFORMATION
This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541310 Architecture Services and the annual small business size standard is $12.5M. A full design team is required to complete this project. The VA expects to award the anticipated A-E contract in late June 2024.
The anticipated period of performance for completion of design is 280 calendar days after notice of award (NOA). The VAAR magnitude of construction is between $10,000,000 and $20,000,000. Please note that the 280-calendar-day period of performance for the design completion begins with the issuance of the NOA and that a notice to proceed (NTP) will not be issued for the completion of a design project.
3. A-E SELECTION PROCESS
Firms submitting SF 330s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for evaluation. The selection will be made as follows:
SF 330s will be evaluated in accordance with the primary selection criteria as stated in this pre-solicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3(c), at least three of the most highly qualified firms will then be notified of the Government s intent to hold discussions. All firms not invited to participate in discussions will be notified at this time. In accordance with FAR 36.607(b), any requested debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable, in accordance with 15.503, 15.506(b) through (f), and 15.507(c). Note that 15.506(d)(2) through (d)(5) do not apply to architect-engineer contracts.
Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. The firms invited to participate in discussions will be notified by email and provided further instructions, including any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked based on the primary and (if necessary) secondary selection criteria. The final evaluation and ranking will consider the SF 330 submission for each firm, as well as additional information obtained via discussions. The highest rated firm will be selected to receive the solicitation and engage in negotiations.
The solicitation will be issued to the highest rated firm as a Request for Fee Proposal (RFP). All SOW attachments and site-specific documentation will be provided to the highest rated firm with the RFP. A site visit will be authorized during the negotiation process. An award will then be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations with the highest rated firm are unsuccessful, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made.
4. SELECTION CRITERIA:
Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria.
Primary Selection Criteria (listed in descending order of importance):

Factor 1. Professional Qualifications (Sections C through E) necessary for satisfactory performance of required service. The A-E shall demonstrate they are able to sign and stamp each drawing by individuals licensed in any state in the United States for the key positions listed below. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five (5) years of experience in the required disciplines) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full-time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located.

A resume for each of these key positions must be provided via Section E in the SF330. Key positions and disciplines required for this project include, but are not limited to:
Architect (LEED certification/US Green Build Council certification)
Registered Communications Distribution Designer (RCDD)
Cost Estimator
Civil Engineer
Electrical Engineer
Environmental Engineer
Fire Protection Engineer
Industrial Hygienist
Mechanical Engineer
Plumbing Engineer
Project Manager
Quality Assurance Manager
Structural Engineer
Physical Security Specialists
Commissioning Agent

Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement:

I [signatory authority] ___________________, [company] __________________, certify that the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs by the Small Business Association s Veteran Small Business Certification (VetCert) in compliance of VA Acquisition Regulation (VAAR) 852.219-75.

The information provided in sections C through E of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections.

Factor 2. Specialized Experience and Technical Competence (sections F, G, and H): Offeror shall show specialized experience and technical competence in the design and construction period services for new building addition and tying new construction into existing building. Projects experience should include design and construction of new building additions, structural/civil upgrades, electrical upgrades, building management systems/building automation systems (BMS/BAS), HVAC upgrades and physical security upgrades.

Submissions shall include no more and no less than five (5) recent and relevant Government and private experience projects similar in size scope and complexity, and experience with the type of projects/competence above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined as services provided within the past five (5) years. Each project shall include the following:

Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e. prime contract, Teaming Partner or subcontractor
Project Owner, owner s point of contact including telephone number and email address.
Services & Deliverables provided under the contract/task order
Period of Performance, including start and completion dates
Total dollar value of the project
AE Cost Estimate vs. Actual Construction Cost
Contract number associated with the project.

Section G will used to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided relevant projects.

The offeror shall include narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated.
The management approach
The coordination of disciplines and subcontractors
Quality control procedures, and
Familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards.

Factor 3. Capacity (section H): The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the available capacity of key disciplines by providing current project workload, inclusive of all projects awarded by the VA, any federal agency, and private sector, during the previous twelve (12) months. Include the full potential value of any current indefinite delivery contracts the Prime firm has been awarded from any source. Offeror shall clearly state their available capacity presenting workload percentages for the key disciplines and/or team members. Also, the offeror must provide the completion percentages and expected completion date for projects awarded in the previous twelve (12) months. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies toward the team/personnel provided in the SF 330.

Factor 4. Past performance (section H): Past performance will be evaluated on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.

CPARS or PPQs (if no CPARS is available) must be provided, with the SF330, for projects submitted under Factor 2 (Specialized Experience).

If the firm (Prime or Subcontractor) was not the Prime contractor on any project submitted in the SF330, a PPQ must be submitted listing their specific role (key disciplines) as a subcontractor. The PPQ should be rated and signed by the evaluator. If a firm does not receive a requested complete PPQ from an evaluator prior to the time for submission, the firm shall submit the partially completed PPQ with Section 1 and the Evaluator Information in Section 2 completed. Ensure a POC is listed with the project title/contract number. The VA will make reasonable attempts to contact the POC upon submission for PPQ completion.

The Government may consider additional performance related information regarding the firm, to include customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The Government reserves the right to contact any POC listed on a CPARS report or PPQ. If appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services may be evaluated.

Failure to provide requested data, accessible points of contact, or valid phone numbers will result in a firm being considered less qualified. The information for this factor shall be provided in Section H of the SF 330.

For PPQs, please utilize the attached PPQ document.

CPARs and PPQs shall be incorporated into the SF 330 directly. CPARs and PPQs shall not be submitted to the VHA PCAC directly. CPARs and PPQs will not be counted towards the page limitations for this submission.
Factor 5. Knowledge of Locality (section H): Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, working with and local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330.

Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and NOT where the firm is located, how far away the firm/branch office is from the site, and how they would travel to the site. Information related to the firm s location shall instead be provided in Section H under Secondary Selection Criterion Factor 1, Geographic Location. See below.

Factor 6. Experience in construction period services (section H): Experience in construction period services must be demonstrated via project experience. These may be the same projects identified above in Factor 2; however, the firm shall clearly delineate the types of construction period services performed for each. Refer to the Statement of Work for review timeline expectations. Project descriptions must include experience with:
Solicitation support services,
Professional field inspections during the construction period
Coordination with commissioning requirements
Review of construction submittals
Support in answering requests for information during the construction period. Support of construction contract changes to include drafting statements of work and cost estimates
Attendance at weekly conference calls
Providing minutes of meetings between the AE, VA, and contractors
Pre-final inspection site visits
Generation of punch-list reports, and
Production of as-built documentation.

The firm shall provide a detailed description of projects worked that illustrate experience in these ten (10) areas. Projects must be within the last five (5) years.

In addition, the firm must include a description of experience addressing unforeseen conditions and emergent situations, conducting situation evaluations and make midcourse corrections. Include description on how the firm can be proactive or responsive in these situations.

The information for this factor shall be provided in Section H of the SF 330.

Secondary Selection Criterion*:

Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Eglin Air Force Base, VA Clinic, 100 Veterans Way, Eglin Air Force Base, Florida. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/).

* The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 submission.

5. SUBMISSION REQUIREMENTS:
The below information contains the instructions and format that must be followed for the submission of the SF 330 Statement of Qualifications:
Submit ONE (1) SF 330 Statement of Qualifications to Contract Specialist Mario Hairston at Mario.Hairston@va.gov. This must include Parts I and II and any applicable attachments.
The submission must include the SF 330, Architect-Engineer Qualifications (form is available online at https://www.gsa.gov/reference/forms/architectengineer-qualifications ).
The SF 330 submission is due by 1:00 PM ET on March 26, 2024.
The SF 330 must be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted.
The subject line of the email must read: SF 330 Submission 36C7762R0036 Eglin AFB Behavioral Health Design Project.
The SF 330 submission must not exceed a total of 50 pages. This includes title page, table of contents, and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page must be in Arial size 12 font, single spaced. Part II of the SF 330 and any CPARs or PPQs will NOT count toward the page limitation.
A PPQ obtained for another SF 330 submission may be submitted for this project. However, if significant portions of the project have been completed since the PPQ was filled out, a new PPQ should be submitted to accurately assess the project.
Firms must include the following information in section B of the SF 330 submission:
1) SAM Unique Entity Identifier
2) Tax ID number
3) Cage code
4) Primary point of contact s email address and phone number
All questions must be submitted to MARIO.HAIRSTON@VA.GOV with the subject line SF 330 Questions - Eglin AFB Behavioral Health Design Project. The cutoff for question submission is 1:00 PM ET on April 12, 2024. Questions will be answered through modification to the pre-sol notice posted to Contract Opportunities at SAM.gov.
This procurement is a 100% set-aside for SDVOSB concerns. Offers received from other than SDVOSBs will not be considered. Offerors must be certified as SDVOSBs by the U.S. Small Business Administration (SBA) and visible in the Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) at the time of SF 330 submission, discussions submission, and award. Failure to be certified in the VetCert database at these times will result in the offeror being deemed ineligible for award.
All joint ventures must be SBA certified at the time of SF 330 submission, discussions submission, and award and must submit agreements that comply with 13 CFR 128.402 prior to contract award.
All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer will verify the NAICS code in VetCert. Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission.
SF 330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF 330 submission package.
It is the offeror s responsibility to check the Contract Opportunities website at SAM.gov for any revisions to this announcement prior to submitting their SF 330.
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 12, 2024 12:26 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 >