Virginia Bids > Bid Detail

C1BG--693-22-703 EHRM Training and Admin Support Space Design - Wilkes-Barre, PA (VA-22-00056152)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159730226320021
Posted Date: Jan 12, 2023
Due Date: Feb 13, 2023
Solicitation No: 36C77623R0043
Source: https://sam.gov/opp/d5d344b15c...
Follow
C1BG--693-22-703 EHRM Training and Admin Support Space Design - Wilkes-Barre, PA (VA-22-00056152)
Active
Contract Opportunity
Notice ID
36C77623R0043
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?

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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 12, 2023 03:29 pm EST
  • Original Response Date: Feb 13, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
  • Product Service Code: C1BG - ARCHITECT AND ENGINEERING- CONSTRUCTION: ELECTRONIC AND COMMUNICATIONS FACILITIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Wilkes-Barre VA Medical Center 1111 East End Blvd ,
    USA
Description


PRESOLICITATION NOTICE
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION 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, reports and construction period services for Project # 693-22-703 EHRM Training and Admin Support Space Wilkes-Barre, PA project located at the Wilkes-Barre VA Medical Center (WBVAMC). 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 Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 836.6. 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 Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $25.5M. This project requires a full design team to complete this project.
The design must be complete and bid-ready no later than 266 calendar days after Notice of Award. The magnitude of construction is between $2,000,000.00 and $5,000,000.00.
3. A-E SELECTION PROCESS:
Firms submitting SF 330 s 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 presolicitation 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 (3) 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.
Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview or in-person interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the primary and secondary selection criteria (if necessary), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions.
A site visit will be authorized for the highest rated firm during the negotiation process. An award will 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 are not successful with the highest rated firm, 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:
Professional Qualifications: Professional qualifications necessary for satisfactory performance of required service. The design firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five years) 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.

Key positions and disciplines required for this project include, but are not limited to: Architect (LEED certified), CADD Technician, Registered Communications Distribution Designer (RCDD), Estimator, Civil Engineer, Electrical Engineer, Environmental Engineer, Fire Protection Engineer, Industrial Hygienist, Mechanical Engineer, Plumbing, Project Manager, Quality Assurance, Structural Engineer, and Physical Security Specialists.

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 team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance with 48 CFR 852.219-10. 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.

Specialized Experience: Specialized experience and technical competence in the design and construction period services shall be provided for network infrastructure installation, renovations, or upgrades. Projects experience should include upgrading large scale (multi-building with multiple generational OIT systems) fiber optics, data cable, structured cabling, electrical distribution design, electrical upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, IT room renovations/expansion/relocations, Data Centers/Server Rooms reconfiguration, and physical security upgrades, duct bank and direct boring operations.

Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, transition, and sustainable design practices. Include no more than six (6) Government and private experience projects similar in size, scope and complexity, and experience with the types of projects above. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. The information provided in sections F and G 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.

Capacity: The evaluation will consider the firm s ability to meet the compressed 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 during the previous 12 months and the full potential value of any current indefinite delivery contracts. 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 the VA projects awarded in the previous 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

Past performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in section F: 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. Evaluations will consider superior performance ratings on recently completed projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. The information for this factor shall be provided in Section H of the SF 330.

If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *Completed PPQs should be incorporated into the SF330 directly. PPQs should not be submitted to VHA PCAC directly. The CPARS and PPQs will not be counted towards the page limitations for this submission.

Knowledge of the locality: 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 and how they would travel to the site. Information related to the firms location, shall be provided in section H, under Secondary Selection Criteria.

Experience in 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, 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 information for this factor shall be provided in Section H of the SF 330

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

Wilkes-Barre VA Medical Center
1111 East End Blvd
Wilkes-Barre, PA 18711

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 Excellent, Acceptable, Good, Marginal, or Unacceptable. The information for this factor shall be provided in Section H of the SF 330.

SUBMISSION REQUIREMENTS:
The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications:
Submit ONE (1) SF 330, Statement of Qualifications, via email to the Contract Specialist Charles Steelman Charles.Steelman@va.gov. This shall include SF 330 and any applicable attachments.
All responses are due on or before Monday, February 13, 2023 at 3:00 PM Eastern Time.
The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted.
The subject line of the email shall read: SF 330 Submission; 36C77623R0043 EHRM Training and Admin Support Space Wilkes-Barre, PA
The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp).
The page limitation of the SF 330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. Pages that exceed the page limitation that are not otherwise accepted will not be evaluated.
All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) SAM UEID; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry.
All questions shall be submitted via email to Charles.Steelman@va.gov.
NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by VET Biz (www.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications and during the time of discussions and award. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF-330 is submitted shall result in elimination from consideration as a proposed contractor.
All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.
SF 330 submissions received after the date and time specified may not be considered. 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 submission of SF 330s.
See Attachments:
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
  • Jan 12, 2023 03:29 pm ESTPresolicitation (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 >