SOLICITATION NOTICE
C -- Primary Care Expansion Building #01 - Minor Design - Asheville (VA-23-00006416)
- Notice Date
- 9/5/2023 1:46:56 PM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77623R0057
- Response Due
- 10/3/2023 9:00:00 AM
- Archive Date
- 01/01/2024
- Point of Contact
- Arianne De Los Reyes, Contract Specialist, Phone: 216-447-8300, x3344
- E-Mail Address
-
Arianne.DeLosReyes@va.gov
(Arianne.DeLosReyes@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330s 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: Veteran s 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 Primary Care Expansion design project located at the Charles George VA Medical Center in Asheville, NC. The A-E shall include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to construct a new 16,000 gross square foot building for primary care clinic services. In addition, the project will also call for planning and construction approximately 50 surface parking spaces and storm drainage. The A-E Services contract 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, VA Acquisition Regulation 836.6, and VA Acquisition Manual 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 Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. This project requires a full design team to complete this project. The projected award for the anticipated A-E contract is November 2023. The anticipated period of performance for completion of design is 375 calendar days after Notice of Award (NOA). The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is $13,550,000.00 in accordance with the VAAR Magnitude of Construction. 3. SCOPE OF DESIGN The scope of work for this contract shall include but not be limited to the design services for Charles George VA Medical Center. The contract will be separated into two parts: (1) A/E Part One Services (also known as Design Phase), and (2) A/E Part Two Services (also known as Construction Period Services) to include site visits, field investigation, studies and user interviews to prepare drawings, specifications and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to construct a new 16,000 gross square foot building for primary care clinic services. In addition, the project will also call for planning and construction approximately 50 surface parking spaces and storm drainage. The A-E shall be professionally licensed in any state in the United States. The A-E is responsible for all services to complete the deliverables listed in the Statement of Work (SOW) (See Asheville PC SOW Primary Care Expansion). The deliverables outlined in the SOW are inclusive of the following: Quality Assurance/Quality Control (QA/QC) Plan, Basis of Design (BD) (10%), Schematic Design (SD) (35%), Design Development (DD) (65%), Construction Documents (95%), Final Bid Documents (100%). The deliverables schedule can be found in the SOW. Please note that the 375 calendar-day period of performance for the design completion begins with the issuance of the Notice of Award and that a Notice to Proceed will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project. 4. A-E SELECTION PROCESS: Responsive firms submitting SF330s 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 initial selection evaluation. The selection process will be made through evaluations of SF330 responses and Written Responses. The Technical Evaluation Board (TEB) will conduct an initial evaluation of the SF330s and determination of the highest rated firms. A minimum of three (3) of the highest rated firms will then be short listed and invited to continue with the Written Response portion of the process. All firms not short listed will be notified at this time. The TEB will conduct evaluations of Written Responses for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Written Responses will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Written Responses are received, the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A mandatory site visit will be authorized for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Written Responses and successful negotiation of rates for the project, and not the initial SF330 qualifications. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. Please note that during the evaluation of the Written Responses, the prior evaluation of SF330s will not be taken into consideration, as they are separate evaluations. 5. SF330 SELECTION CRITERIA: The A-E TEB will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. The factors are listed in descending order of importance. Primary Selection Criteria: 1. Professional Qualifications: Professional qualifications necessary for satisfactory performance of required service. The 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, except for the Structural Engineer, who shall be registered/licensed in the state of North Carolina. Provide Professional License numbers and/or proof of Licensure. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience 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 state where the project is located. Disciplines required for this project is architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, plumbing engineer, and interior designer. 2. Specialized Experience and Technical Competence: Experience and competence in the design of a new full building structure to include site development, design of the structure, roofing system, exterior envelope, interior structure (metal stud and sheetrock walls), interior design (ceiling structure, floor covering), and utility systems (Mechanical, Electrical, Telecommunications, Fire Suppression and Fire Alarm, and Plumbing system including site utilities servicing the building and site drainage. Experience should include site planning, space planning, and workload planning. The evaluation will consider other elements such as quality control procedures, and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. Offeror shall provide no more than four (4) recent and relevant projects to demonstrate its specialized experience and technical competence. ""Relevant"" is defined as those task requirements identified in the RFQ's Scope of Work. ""Recent"" is define as services provided within the past 5 (five) 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 size of the structure (square footage) Total dollar value of the project. 3. Capacity: The capacity to accomplish work in the required time. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload; inclusive of all projects awarded during the previous 12 months. 4. 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. CPARS data or PPQs, see attached PPQ (if no CPARS data is available), must be provided for projects submitted under relevant projects related to the specialized experience. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for the relevant projects related to the specialized experience: contract/task order number, project title, prime firm, start date, and completion date. 5. Locality: Knowledge of the local area to include specific familiarity of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations. Experience in Construction Period Services (CPS): 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 Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and Charles George VA Medical Center 1100 Tunnel Road Asheville, NC 28791 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 Highly Qualified or Not Highly Qualified. 6. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF330 Statement of Qualifications: Submit ONE (1) SF330 Statement of Qualifications via email to the Contract Specialist Arianne De Los Reyes, Arianne.DeLosReyes@va.gov. This shall include Parts I and II and any applicable attachments. The SF330 submission is due by 12:00 PM EST ON TUESDAY, OCTOBER 3, 2023. The SF330 shall be submitted in one email and have a file size that shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF330 Submission; 36C77623R0057 Primary Care Expansion Asheville, NC . The submission must include the SF330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF330 shall not exceed a total of 30 pages. This includes CPARS and/or PPQs and any other relevant information. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents and Part II of the SF330 Form will NOT count as part of the page limitations. A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project. *Important Note: For this procurement, all PPQs should be completed and returned to the submitting firm. The completed PPQs should be incorporated into the SF330 document. PPQs should not be submitted directly to VHA PCAC. In addition to the SF330 submissions, firms must provide a second accompanying document that includes the following information (The accompanying document will not count towards the page limitation of the SF330): Cage Code; 2) Unique Entity ID; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firm s SDVOSB verification. NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the U.S. Small Business Administration (SBA), https://veterans.certify.sba.gov/. Offerors must be verified by SBA and visible in the database at time of SF330 Submission, Written Responses, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award. All questions shall be submitted to Arianne.DeLosReyes@va.gov. The cutoff date for question submission is 12:00 PM EST ON TUESDAY, SEPTEMBER 19, 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities. All Joint Ventures must be SBA verified at time of SF330 and Written Responses submissions and award and submit agreements that comply with 13CFR 125.15 prior to contract award. SF330 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 SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.sam.gov for any revisions to this announcement prior to submission of SF330s. SOW attachments will be provided to the highest rated firms after the SF330 evaluations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4c657db3087a4ce8ae4391fec842d3d7/view)
- Place of Performance
- Address: Charles George VA Medical Center 1100 Tunnel Road, Asheville 28791
- Zip Code: 28791
- Zip Code: 28791
- Record
- SN06818150-F 20230907/230905230050 (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 |