SOLICITATION NOTICE
C -- A/E Design, Renovate Progressive Care Unit (PCU) to Relocated Same Day Surgery Center
- Notice Date
- 5/20/2021 12:18:38 PM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25021R0128
- Response Due
- 6/14/2021 1:00:00 PM
- Archive Date
- 09/21/2021
- Point of Contact
- Angie Carpenter, Contract Specialist, Phone: 937-268-6511 x4049
- E-Mail Address
-
angie.carpenter@va.gov
(angie.carpenter@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 2 of 5 REQUEST FOR SF330 1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 541-21-103, A/E Design Renovate PCU at the Cleveland VA Medical Center, 10701 East Blvd., Cleveland, Ohio 44106. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. 2. DESCRIPTION: The A/E (Architect/Engineer) firm shall provide all Programming, Design Submissions, Site Investigation/Field Verification Services, Construction Documents, Technical Specifications, Cost Estimates, Reports, System Integrator Services and Construction Administration Services for the project Renovate Progressive Care Unit (PCU) to Relocated Same Day Surgery Center located at the Louis Stokes Cleveland VAMC, Cleveland, Ohio. This is a multi phased project that will renovate 13,000 square feet of PCU space located on the 2nd Floor of the Main Medical Center. The renovation will relocate the Same Day Surgery Center from the 5th Floor to the 2nd Floor to increase operational efficiency and effectiveness. This project provides complete electrical, technology, mechanical, plumbing, and architectural upgrades. This project will address any Facility Condition Assessment (FCA) issues that pertain to the project areas based on the most recent FCA report. Period of Performance: 211 Calendar Days after Contractor s receipt of Notice to Proceed Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $5,000,000 and $10,000,000 (See FAR 36.204) NAICS Code: 541310 Size Standard: $8 Million 3. VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.va.gov/ Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. Page 4 of 4 4. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability Past Performance Capacity Location Price Technical and past performance, when combined, are equal to price. Award shall be made to the offeror whose quote offers the best value to the government, considering technical capability, past performance, capacity, and price. The government will evaluate information based on the comparative evaluation procedures authorized in FAR Part 13.106-2 Evaluation of Quotations of Offers using the following evaluation criteria: Technical Capability The evaluation process will consider whether the proposal demonstrates a clear understanding of the technical features involved in meeting the requirements of the solicitation. Past Performance The offeror quote must include a summary description of at least three but no more than five prior contracts/orders per team member/sub-contractor for projects completed within the last five years with organizations with similar mission and functional domains, and of comparable size, complexity, and scope. These references must also include: Contract/Order Number, brief description of the project, type of contract, amount of the contract Contracting Officer s Name and Phone Number, Government agency Contracting Officer s Representative Name and Phone Number The Offeror must indicate whether they were the prime contractor, subcontractor, or other teaming arrangement. Prime shall indicate which aspect they are directly responsible for of this requirement. The Offeror is required to provide references for the above projects. In the event the company itself does not have relevant past performance; references may be submitted on contracts performed by the Key Personnel of the company. The VA reserves the right to contact all the references that the Offeror lists. Capacity The evaluation will consider the number of current task orders contractor has been awarded in order to provide the best approach for allocating resources. (Capacity will be evaluated by the CO, as this is factor related to the BPA award distribution.) Location The Offeror must indicate how far their company is located in miles from the Cleveland VA Medical Center to determine their responsiveness to be onsite for this project. Price The Offeror s quote shall include their proposed labor categories, labor rates and number of hours by task, together with associated delivery dates and sub milestone dates (if any). The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. Pricing: Pricing data will be provided once the TEB review of the other factors has been accepted by the Contracting Officer. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part IA to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. 5. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews may be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under VAAM 836.602-1, Selection Criteria. Negotiations will then begin with the most preferred firm. 6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy via e-mail: a. See attachments for procedures (i.e. eCMS Getting Started Guide for Vendors & eCMS Vendors_Guide_v4_2); b. Size limitation is 20MB; The SF330s are due on Monday, 14 June 2021, at 4PM EST. Acceptable electronic formats (software) for submission of SF330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger; (d) Please note that we can no longer accept .zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search. 8. No Fax or Telephonic Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Angie.Carpenter@va.gov. 9. VA Primary Point of Contact: - Angie Carpenter - Contract Specialist - Email: angie.carpenter@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/600694dcb4f0430daa731e0c335a4206/view)
- Place of Performance
- Address: Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center 10701 East Blvd., Cleveland, OH 44106, USA
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN06008138-F 20210522/210521201526 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |