Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2022 SAM #7546
SOLICITATION NOTICE

C -- Design: 509-CSI-509 VIR Suite (VA-22-00059123)

Notice Date
7/27/2022 1:53:02 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24722R0112
 
Response Due
9/1/2022 11:00:00 AM
 
Archive Date
11/30/2022
 
Point of Contact
Regina Lawrence, Contract Specialist, Phone: (803) 558-6460
 
E-Mail Address
regina.lawrence@va.gov
(regina.lawrence@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This Pre-solicitation Notice is NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS ARE CONTAINED HEREIN. NO ADDITIONAL SOLICITATION PACKAGE OR TECHNICAL INFORMATION WILL BE ISSUED. PROJECT: 509-CSI-509 A/E Design for Vascular Interventional Radiology (VIR) Renovation Work Location: Charlie Norwood (VA) Medical Center, Augusta, GA Estimated/Target Completion Period: 270 calendar days after Notice to Proceed (NTP). CONSTRUCTION MAGNITUDE: Between $2,000,000 and $5,000,000. NAICS: 541330 Engineering Services SMALL BUSINESS SIZE STANDARD: $16.5 million SET-ASIDE: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Site Visits will not be arranged during this phase. The anticipated award date of the proposed A-E Contract is on or before October 15, 2022. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) 2:00 PM (EST) September 01, 2022. PROJECT OVERVIEW: The Charlie Norwood VA Medical Center located in Augusta, Georgia is seeking a qualified Architectural Engineering firm to provide all labor, materials, tools, equipment, and design services to include Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related services necessary for the Vascular Interventional Radiology (VIR) Renovation. SDVOSB SET-ASIDE: This requirement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses under the authority of 38 U.S.C. 8127(d). To be eligible for award the SDVOSB you must be considered small under the relevant NAICS code. This work includes a redesign of the two CT Scanner Labs and a design of the existing adjacent rooms 2D-227, 2D-229 into a Lab and relocate one of the CT Scanners into the new Lab 2D-229. This work will also include a design of the surrounding areas described and as depicted in the attached drawing as well as replacing and/or installing new HVAC and other utility systems necessary to accommodate for the area within the scope of work.� The project will include temporary HVAC considerations if necessary and phasing to enable continued operations.� SDVOSB contractors must be verified and viewable in VetBiz www.vip.vetbiz.gov prior to submission of proposal and prior to award of contract with VAAR 804.1103-70. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Any person, persons, or business entity suspected of misrepresenting itself for the purpose of securing a government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Eligible SDVOSB concerns must also be registered at the following websites: System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/ VETS100/100A Report must be complete: http://www.dol.gov/vets/vets4212.htm Important Notice: Prior to submitting a proposal under this SDVOSB set- aside solicitation; offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, including Joint Ventures, must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vip.vetbiz.gov , and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. In order to assure compliance with FAR Clauses, 52.219-14 Limitations on Subcontracting (DEVIATION 2019-01) and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION), all firms submitting a SF 330 for this pre-solicitation notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation. Federal Acquisition Regulation (FAR) Part 36.6 (Brooks Act) selection procedures apply. The A-E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Pursuant to FAR, the firm responding to this requirement must be permitted, by law, to practice the professions of architecture or engineering and meet all required qualifications for the state of Georgia. SELECTION CRITERIA The below evaluation criteria are listed in the descending order of precedence SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Specialized experience and technical competence required for the design design for the Vascular Interventional Radiology (VIR) Renovation with government agencies (emphasis on VA work) or private industry. The A/E must provide documentation of at least three designs of repair/replacements of equal scope and magnitude completed within the past five (5) years, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. References with names, and phone numbers must be submitted along with the SF330. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Provide your information on the SF 330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure PAST PERFORMANCE: Past Performance will be evaluated on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Regina Lawrence Subject: Project 509-CSI-509 A/E Design PPQ for VIR Renovations, via email at regina.lawrence@va.gov prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other A-E procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. CAPACITY: Capacity to accomplish the work in the required time, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. LOCATION: 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 A/E Firm proximity to the Charlie Norwood VAMC 30901 is an evaluation criteria. The preferred mileage is within 400 miles of the Charlie Norwood VAMC. This distance is determined according to http://maps.google.com/. This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. Use of small business concerns as sub-contractor(s). Demonstrate commitment and use of small business concerns as sub-contractor(s) on this contract. (Demonstrated commitment is pre-awarded contracts and agreements (submitted with proposal) with small businesses to perform on this requirement.) Provide a chart with each small business category; identify the proposed names of the small businesses and subcontracting the prime anticipates to subcontract. The government will also evaluate the offerors use of Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs), 8(A), Hub-zone, Woman-owned or any other small business. Evaluation of the offeror s proposed SDVOSB or VOSB involvement will be based on the information presented in the offeror's proposal and on the registration information in the VetBiz.gov VIP database (http://www.vetbiz.gov) at the time of the offeror's submission. Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following the initial evaluation of the SF330s; three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being removed from consideration. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. Submission Requirements: The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF. Completed SF 330 s shall include the primary firms, subcontractor firms and any consultants expected to be used on the project. Do not submit information incorporating by reference. The following format shall be used: (1) Cover Page with Solicitation Number, Project Title (2) Table of Contents (3) SF 330 s (4) Copy of Current A/E License (5) Copy of current vetBiz.gov SDVOSB certification (6) DUNS Number (7) Cage Code (8) Tax ID number (9) The E mail address and Phone number of the Primary Point of Contact. All SF330 submittals and questions must be sent electronically to the attention of Regina Lawrence, Contract Specialist at regina.lawrence@va.gov. Please provide Pre-Solicitation Number, Project Title, and Firm Name in Subject Line of email. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n . Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330. ATTACHMENT 1 - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTER Complete one set of letters and forms for each project identified in your firm s SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications for This Contract. Additional space or blank sheets may be added to answer any question. Transmittal Letter to Accompany Past Performance Questionnaire FROM: [Insert Company Official Name, Title, and Company Name] SUBJECT: Past Performance Questionnaire for Contract(s): [Insert Company Name] is currently responding to Department of Veterans Affairs (NCO 7) request for SF 330, Architect-Engineer Qualifications for a complete design design for the Vascular Interventional Radiology (VIR) Renovation. This Request for SF 330 s requires respondents to identify customers and solicit their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to NCO 7 relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract. The request for SF 330 instructs that the respondents will provide customers with the attached questionnaire. Please complete the questionnaire and submit it by____ directly to the NCO 7 Contracting Office Contracting Officer. The requested data may be submitted by mail, but the preferred method is email to the Government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail. Regina Lawrence, Contract Specialist VISN 7 Network Contracting Office (NCO7) 6439 Garners Ferry Road Columbia, SC 29209 E-mail: regina.lawrence@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the VISN 7 NCO point of contact identified above. Thank you, [Insert Company Official Name and Title] GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: Phone: Address: Email: Point of Contact: Firm Cage Code: ______________________________ Firm Tax ID Number: __________________________ Firm DUNS Number: _________________________________ Project Title: _______________________________________ Description of Project: Description of A-E Firms Responsibilities: Contract Number: ________________________________________________________ Dollar Amount: _____________________ _____________________________________ Contract Period of Performance: _____________________________________________ A-E Firm performed as: Prime Contractor/Sub-Contractor/Consultant/Team Member ______ Percent of work performed by A-E Firm:___________________________________________ Other (Please describe) ________________________________________________________ EVALUATION INFORMATION: Evaluator s Company or Agency Firm Name: Evaluator s Name: Address: Title: Phone: Email: SEND COMPLETED QUESTIONAIRE (SECTIONS B through D) TO: (Email Only) Regina Lawrence, Contract Specialist VISN 7 Network Contracting Office (NCO7) 3469 Garners Ferry Road Columbia, SC 29209 E-mail: regina.lawrence@va.gov PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company s expectations. The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM S NAME: PROJECT NAME: Contract Period of Performance: Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. Place an X in the appropriate column using the definitions matrix on page 4. Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E s personnel. 2. A/E s ability to identify and resolve design issues expeditiously. 3. A/E s responsiveness to design review questions. 4. A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. A/E s effectiveness and responsiveness in interfacing with the Client s staff 6. Overall accuracy, completeness and coordination of final design documents. (Quality) 7. A/E s ability to provide detailed, accurate cost estimates. 8. A/E s ability to meet contract schedule. Follow-On Construction Support Services: 9. Thoroughness and timely review of construction submittals. 10. Timely resolution of construction design issues. 11. Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12. Overall accuracy, completeness, timeliness and coordination of LEED documentation. 13. A/E s ability and understanding of the overall LEED process. BIM (If Applicable): 14. Overall accuracy, completeness, timeliness and coordination of BIM documentation. 15. A/E s ability and understanding of the overall BIM process. Owner s Representative on Design/Build Projects (If Applicable): 16. Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 17. A/E s ability, thoroughness, timeliness and support as Owner s Representative throughout the project. Overall: 18. How would you rate the A/E s ability to control cost? 19. How would you rate the A/E s overall management performance on this contract? 20. How would you rate the A/E s overall technical/quality performance on this contract? 21. Would you use this A/E again? (If No , please comment in the Narrative Summary) YES NO CONTRACTOR S NAME: PROJECT NAME: CONTRACT PERIOD OF PERFORMANCE Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) ITEMS COMMENTS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0072c76c26964de480fe5ad8180e0e10/view)
 
Place of Performance
Address: Charlie Norwood VA Medical Center 950 15th Street, Augusta, GA 30901, USA
Zip Code: 30901
Country: USA
 
Record
SN06403344-F 20220729/220727230113 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.