SPECIAL NOTICE
C -- Request for SF330 Qualifications Full and Open Competition Roof Replacement and Solar Upgrades A-E Project 689-22-209
- Notice Date
- 12/13/2023 7:53:21 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24124R0034
- Archive Date
- 03/12/2024
- Point of Contact
- Contract Specialist, Matthew Stone, Phone: 207-623-8411 x6357
- E-Mail Address
-
matthew.stone1@va.gov
(matthew.stone1@va.gov)
- Awardee
- null
- Description
- SPECIAL NOTICE FOR QUALIFICATIONS TO STANDARD FORM 330 North American Industry Classification System (NAICS) Code: 541330 Engineering Services Small Business Size Standard: $25.5 Million INTRODUCTION: The purpose of this Special Notice for Qualifications to Standard Form 330 (SF 330) is to provide instructional guidance in assisting Architect and Engineer (A-E) Firms with completing the SF 330 Form of A-E Qualification documentation. This Special Notice is only a request for the SF 330 Form. This is not a Request for Proposal (RFP). Veterans Affairs (VA) is not requesting price or cost information at this time. Any price or cost information will not be accepted, considered, or evaluated. B. GENERAL PROJECT INFORMATION: The West Haven Veterans Affairs Medical Center (VAMC) located at 950 Campbell Avenue, West Haven, Connecticut, has a Firm-Fixed-Price (FFP) Contract requirement to provide professional A-E Design Services for the Roof Replacements and Solar Upgrades project also identified as Project Number 689-22-209. The project area and roofing systems for Project Number 689-22-209 are Building 1 and Building 2 at the West Haven VAMC. The professional A-E Design Services shall consist of site surveys, field data acquisition, as-built conditions verification to assure accurate development of design and bidding documents, space programming, schematic design, design development, construction documents, PHASING PLAN, specifications, cost estimates, construction period services, and site visits. The West Haven, Connecticut VAMC plans to repair and/or replace the roofs for the primary medical-related facilities, Building 1 and Building 2, that comprise of approximately eighty (80) roofs covering one hundred eighty thousand (180,000) square feet. These roof replacements will be subject to a properly devised and approved phasing plan. The roof replacements shall include the insulation of existing roof penetrations, roof drains, flashing, coping caps, and other designated roofing-related specifications. Testing, sampling, and inspecting for asbestos-containing materials (ACM) shall be performed on all roofs. To properly replace the roofs of these essential medical buildings, a preliminary study and thorough conditions report must be conducted for subsequent issuance. Additional requirements also include Roof Moisture Surveys and Nuclear Roof Moisture Testing. This project design will also upgrade the existing Photovoltaic (PV) Solar System currently utilized on Building 2 only. The current PV Solar System operates with a centralized inverter unit for a grouping of panel units; however, the restored PV Solar Panels shall be converted to function with a dedicated micro-inverter per solar panel. If a dedicated micro-inverter install is not available with existing PV Solar Panels, then new solar panels that will allow for this micro-inverter option may be considered. Nevertheless, every attempt will be made to reuse the existing PV Solar System. The existing PV Solar System shall be protected during removal and while in storage. Once the roofing portion of the project is completed, said PV Solar System shall be restored and verified to be fully operation upon completion of the reinstallation. MAGNITUDE OF CONSTRUCTION: The Magnitude of Construction, in accordance with Federal Acquisition Regulation (FAR) 36.204, is more than $10,000,000.00. Under Veterans Affairs Acquisition Regulation (VAAR) 836.204(h), the Magnitude of Construction is more specifically between $10,000,000.00 and $20,000,000.00. SET-ASIDE INFORMATION: This acquisition is being solicited as Full and Open Competition. SUBCONTRACTING LIMITATIONS: Not applicable. SELECTION PROCESS: This requirement is issued to comply with the Selection of Architects and Engineers as implemented in FAR Subpart 36.6, VAAR Subpart 836.6, and VAAM Subpart M836.6. All submissions will be evaluated in accordance with the Selection Evaluation Criteria, which are itemized in Sections G and H of this Special Notice for Qualifications. A ""short list"" of the three (3) most highly-rated, qualified A-E Firms after initial source selection will be chosen for discussions through interview presentations that the Contracting Officer will determine the format of said interview presentations. At the conclusion of the interview process, the most highly-rated, qualified A-E Firm will be invited to submit a proposal in anticipation of contract award. The Government will not pay or reimburse any costs associated with responding to this Special Notice for Qualifications request. The Government is under no obligation to award a contract as a result of this Special Notice for Qualifications announcement. Respondents are put on notice that the A-E Firm(s) chosen by the Selection Authority will be required to submit a Fixed Price Rate Proposal by means of VA Form 6298. The Fixed Price Rate Proposal on VA Form 6298 will include labor, overhead, profit, and other costs pertaining to this project for negotiation by the Contracting Officer before contract award. The subsequent negotiated agreement by both parties will be incorporated into the resulting contract. SELECTION EVALUATION CRITERIA: Pursuant to FAR 36.602, each A-E Firm will be evaluated on the following seven (7) Selection Evaluation Criteria listed in descending order of importance: (1) Professional Qualifications necessary for the satisfactory performance of required A-E services; (2) Specialized Experience and Technical Competence in the type of A-E work required; (3) Past Performance on contracts with Government agencies and private industry; (4) Geographic Location area of the project and Locality Knowledge of the project; (5) Capacity to accomplish the A-E work in the required and allotted amount of time; (6) Construction Period Services Experience; and (7) Subcontractor Commitment to use SDVOSBs, Veteran-Owned Small Businesses (VOSBs), and other Small Businesses (SBs). The seven (7) Selection Evaluation Criteria are further discussed in Section H of this Special Notice for Qualifications. DESCRIPTION OF SELECTION EVALUATION CRITERIA: The seven (7) Selection Evaluation Criteria are discussed further in this section and are set forth below. PROFESSIONAL QUALIFICATIONS Each A-E Firm must submit Professional Qualifications necessary for the satisfactory performance of required A-E services in the SF 330 submission by demonstrating the requirements in Paragraphs (a) through (e) in this section. Identify the proposed team that will address the A-E Firm along with any key or frequent Subcontractors that will perform technical tasks for the at-issue project. Provide an organizational chart that displays the proposed team of the A-E Firm, any other Firms, and any key or frequent Subcontractors that will perform technical tasks for the at-issue project. Provide brief resumes for each Supervisor(s), Project Manager(s), and Designer(s) of Record from the A-E Firm that describes the professional qualifications associated with this project. All proposed team members/personnel must possess the minimum education, training, experience, registrations, and certifications as detailed in Paragraph (b) of this section. Each brief resume should also feature at least three (3) projects that each team member/personnel performed a significant role that will be comparable to the Project Size of the at-issue Roof Replacements and Solar Upgrades project. Brief resumes must also be submitted for any frequent subcontractor(s) that will perform technical tasks for the at-issue project. The three (3) projects used for this Professional Qualifications section may be the same three (3) projects requested below in the Specialized Experience and Technical Competence section. Proposed team members/personnel shall also be team members/personnel of the award team. A substitution of any team member/personnel must receive prior written consent of the Contracting Officer. Provide proof of jurisdictional licensure with either a license or license number for each Designer of Record from the A-E Firm that will represent the project and/or sign/stamp drawings. Each Designer of Record must be licensed, certified, or registered in a State of the United States, the District of Columbia, or a United States territory for a minimum of five (5) years. The proof of jurisdictional licensure with a license or license number may be included within the brief resumes as discussed in the preceding paragraph of this section. Describe the Professional Qualifications for satisfactory performance of the required A-E Services including, but not limited to, the following areas of discipline: Civil Engineering; Structural Engineering; Energy Engineering (including solar); Electrical Engineering (including solar); Mechanical/Thermal Engineering; Architecture; and Specialty Work. Specialty Work, for purposes of this Professional Qualifications section, is defined as identifying, testing, and documenting ACM. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Each A-E Firm must submit Specialized Experience and Technical Competence in the type of A-E work required in the SF 330 submission by demonstrating the requirements in Paragraphs (a) through (c) in this section. Provide a detailed narrative that contains no more than three (3) relevant A-E Design Services projects performed and completed within the last five (5) years. The three (3) A-E Design Services projects selected by the A-E Firm should best illustrate the relevant team experience similar in the scope, the nature, and the Project Size of the Roof Replacements and Solar Upgrades project. Said narrative that comprises of the three (3) most relevant A-E Design Services projects should indicate Government experience or private sector experience on existing roofing system replacements of a primary medical facility through a PHASING PLAN and current solar system(s) upgrades, similar in size, scope, and complexity. These three (3) most relevant projects selected by the A-E Firm for this detailed narrative must entail the A-E Firm s ability to successfully execute the requirements identified in the attached Statement of Work. Include within this Specialized Experience and Technical Competence section similar A-E Design Services projects to the Roof Replacements and Solar Upgrades project, which have been previously performed and completed by the A-E Firm. Similar A-E Design Services projects would constitute any project with the following performance components: Repairing and/or replacing an existing roofing system in a medical setting through a PHASING PLAN for the primary hospital facility; Developing and installing a more efficient Photovoltaic (PV) Solar System from a centralized inverter unit for a group of solar panels to a micro-inverter for each individual solar panel if determined through the design process that this can possibly involve the removal, storage, and reinstall or elimination of the existing solar panels; Conducting infrared thermal scanning and nuclear moisture testing of an existing roofing system to verify any wet areas on the roof surfaces; and/or Inspecting, identifying, testing, and removing/abating any ACM within any area of current roofing systems impacted. THE PHASING PLAN IS ONE OF THE MOST IMPORTANT CRITERIA TO BE DEMONSTRATED IN THE SUBMISSION. The same three (3) projects should be addressed for the information requested in Paragraphs (a) and (b). Therefore, no more than three (3) total projects are being requested to complete Paragraphs (a) and (b) of this Specialized Experience and Technical Competence section. Include within this Specialized Experience and Technical Competence section any knowledge of similar projects previously performed and completed by the A-E Firm in a hospital setting that required the following components: Civil; Structural; Energy Efficiency; Electrical (including solar power) Mechanical/Thermal; Identification, documentation, and monitoring of ACM. PAST PERFORMANCE Each A-E Firm must submit Past Performance on contracts with Government agencies and private industry in the SF 330 submission. The A-E Firm shall provide and demonstrate the Past Performance requirements set forth in Paragraphs (b) and (c) of this section. The A-E Firm shall also review the Past Performance descriptions and definitions in Paragraph (a) of this section as well as the factors considered in Paragraphs (d) through (f) of this section. Past Performance, under FAR 36.602, is described as contracts with Government agencies and private industry for recent and relevant projects in terms of cost control, quality of work, and compliance with performance schedules. Recent, for purposes of this Special Notice for Qualifications, is defined as any contract performance occurring within five (5) years of the date of this Special Notice. Ongoing projects must have begun no less than one (1) year prior to the issuance of this Special Notice. Relevant, for purposes of this Special Notice for Qualifications, is defined as past performance of work on projects that are similar in scope and complexity to the type of project anticipated under the resultant contract. Provide Recent and Relevant Contractor Performance Assessment Reporting System (CPARS) data. Government Past Performance Information Systems may be accessed. If no CPARS data is available, provide the Past Performance Questionnaire (PPQ) that is attached to this Special Notice for Qualifications. The PPQ will be accepted upon determination by the A-E Firm that no CPARS data is available or accessible to provide to the Government. CPARS data and PPQs do not count toward the page limitation of the SF 330 submission. Failure to provide requested CPARS data or the completed PPQs, accessible points of contact, or valid phone numbers could result in the A-E Firm being considered less qualified by the SSEB. Provide the following information for each Recent and Relevant Past Performance contract: Contract Number and/or Task Order Number; Obligation Number/Purchase Order (PO) Number; Project Title; Prime Firm Name; Start Date; Completion Date; and Construction Dollar Amount. Past Performance criterion may also include (i) additional performance related from the A-E Firm, (ii) customer inquiries, (iii) Government databases, (iv) publicly available sources, and (v) additional projects in CPARS other than in Paragraph (b) of this section. It is recommended that each Past Performance reference provided to the Government be notified by the A-E Firm that a Contracting Officer from Network Contracting Office 1 (NCO 1) will contact each Past Performance reference. Past performance information may be obtained by the Contract Specialist from any other sources available to the Government including, but not limited to, the Past Performance Information Retrieval System (PPIRS) or other databases as well as interviews with Program Managers, Contracting Officers, and/or Contracting Officers Representatives. GEOGRAPHIC LOCATION AND LOCALITY KNOWLEDGE Each A-E Firm must submit information relating to the general geographical location area of the project and locality knowledge of the project in the SF 330 submission by demonstrating the requirements in Paragraphs (a) through (c) in this section. Provide the name and address of the A-E Firm s nearest branch office in geographic proximity to the West Haven VAMC located in West Haven, Connecticut. The branch office must be the location of the proposed team. Provide familiarity with the West Haven VAMC. Familiarity with the West Haven VAMC may constitute the following components: Travel to and from the location of the West Haven VAMC; Travel through the surrounding areas of the New England region; Climate of the New England region; Major roadways surrounding the metropolitan area of West Haven, Connecticut; and Other sufficient transportation methods through West Haven, Connecticut. The locality knowledge element of this project is essential, which may be affected by the climate, roadway conditions, and unforeseen circumstances in the New England region. Construction Site Visits are to be adhered to and not eliminated due to expressed concerns with the distance from the West Haven VAMC. Provide any A-E Design Services projects previously completed by the A-E Firm for the Government within the past two (2) years at the West Haven VAMC or in the New England region of NCO 1 covering Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, and Vermont. For each A-E Design Services project previously completed within the past two (2) years at the West Haven VAMC or in the New England region of NCO 1, provide the following project details: Contract Number and/or Task Order Number; Obligation Number/PO Number; Project Title; Start Date; and Completion Date. CAPACITY Each A-E Firm must submit the Capacity to accomplish the work in the required and allotted amount of time in the SF 330 submission by demonstrating the requirement in Paragraph (a) of this section. The A-E Firm shall also review the Capacity factors considered in Paragraph (b) of this section. Provide the available capacity in the six (6) required areas of discipline for this project, as previously denoted in Paragraph (c) of the Professional Qualifications section, by furnishing current project workload that includes all projects awarded during the previous twelve (12) months and the full potential value of said projects. The SSEB will consider the A-E Firm s plan and ability to fulfill the schedule and timelines of the overall project. The SSEB will also consider the available capacity of the A-E Firm to provide adequate personnel that properly execute the six (6) key disciplines of the at-issue project. CONSTRUCTION PERIOD SERVICES EXPERIENCE Each A-E Firm must submit information relating to Construction Period Services Experience in the SF 330 submission by demonstrating the requirement set forth below in this section. Describe Construction Period Services Experience for projects similar in scope, complexity, and Project Size, which may include, but is not limited to, the following aspects: Professional field inspections during the construction period; Review of construction submittals and/or requests for information; Support in answering requests for information during the construction period; and Support of construction contract changes to include drafting statements of work and cost estimates. SUBCONTRACTOR COMMITMENT Each A-E Firm must provide a narrative with supporting details as to the commitment in utilizing SDVOSBs, VOSBs, and other types of SBs for subcontracting opportunities pursuant to VAAM M836.602-1. As already indicted in Section E of this Special Notice for Qualifications, prospective A-E Firms are reminded to complete a Limitations on Subcontracting Certificate of Compliance as part of the SF 330 submission pursuant to VAAR 852.219-75. Said Certification shall be included in any resultant Contract. QUESTIONS AND COMMENTS: All questions and comments in response to this Special Notice for Qualifications must be submitted in writing only. Oral questions and/or questions by telephone will not be accepted or answered. All written questions to this Special Notice for Qualifications must be submitted to Matthew Stone who can be contacted at matthew.stone1@va.gov. All written questions to this Special Notice for Qualifications must be submitted by December 22, 2023 at 11:59 PM EST. SUBMISSION INSTRUCTIONS: All SF 330 submissions shall be submitted by January 15, 2024 at 11:59 PM EST. The SF 330 submission shall include the SF 330 Form covering all seven (7) requested Selection Evaluation Criteria from Section H of this Special Notice for Qualifications. Incomplete SF 330 submissions will not be considered or evaluated. Acceptable and fully completed SF 330 submissions will contain the SF 330 Form covering all seven (7) requested Selection Evaluation Criteria from Section H of this Special Notice for Qualifications. The most-recent version the SF 330 Form is available at https://www.gsa.gov/forms-library/architect-engineer-qualifications. Any interested and qualified A-E Firms must submit one (1) electronic copy of the completed SF 330 submission by e-mail to matthew.stone1@va.gov by the deadline designated in Paragraph (a) of this section. Please indicate in the subject line of the SF 330 submission e-mail the following information: SF 330 Submission Roof Replacements and Solar Upgrades If the file size exceeds 7 megabytes (MBs), then the A-E Firm is required to send multiple e-mails. If multiple e-mails are required, then the A-E Firm must indicate the number of e-mails that will be submitted on behalf of the SF 330 submission. Examples: SF 330 Submission Roof Replacements and Solar Upgrades E-mail 1 of 2 SF 330 Submission Roof Replacements and Solar Upgrades E-mail 2 of 2 Please be specific in providing information as well as responding to all inquiries on both (i) the SF 330 Form and (ii) the A-E Qualification package covering all seven (7) requested Selection Evaluation Criteria from Section H of this Special Notice for Qualifications. Do not state information incorporated by reference as this statement or similar statements will be deemed incomplete and unacceptable by the SSEB. No photographs will be provided in the SF 330 submission. Photographs in the SF 330 submission will not be accepted. Any photographs will be discarded and therefore, will not be considered or evaluated by the SSEB. The entire SF 330 submission is limited to fifty (50) total pages, which will consist of the SF 330 Form covering all seven (7) requested Selection Evaluation Criteria from Section H of this Special Notice for Qualifications. Any pages that exceed the fifty (50) page limitation will be discarded and therefore, will not be considered or evaluated by the SSEB. The following four (4) items are exempt from the fifty (50) page limitation: Cover Page; Table of Contents; Past Performance Questionnaire; and Drawings to support any portion of the SF 330 submission. SF 330 SUBMISSION CONTENTS: Within the response by each interested A-E Firm, an acceptable and fully completed SF 330 submission must include all of the following six (6) items that are identified as Paragraphs (a) through (f) in this section. Cover Letter that will address, at a minimum, the following details: The legal name of the A-E Firm with a full physical address; -If the A-E Firm is operating under a doing business as (DBA) entity, then this DBA information shall be included in the Cover Letter. The SAM Unique Entity Identifier (UEI) Number of the A-E Firm; The response date of the SF 330 submission, which will be the date that the A-E Firm submits the SF 330 to the VA; and The notice number, project name, and project number of this Special Notice for Qualifications. -Notice Number: 36C24124R0034 -Project Name: Roof Replacements and Solar Upgrades -Project Number: 689-22-209 SF 330 Form with both Part I and Part II of this Form completed. For any information within the SF Form 330 that is not applicable, please insert N/A or Not Applicable . Do not leave any section blank on the SF 330 Form. Limitations on Subcontracting criteria as described under Section E of this Special Notice for Qualifications. A-E Qualification package covering all seven (7) requested Selection Evaluation Criteria from Section H of this Special Notice for Qualifications. Any SF 330 submission that does not specifically address each and every of the seven (7) requested Selection Evaluation Criteria may be deemed unacceptable and removed from consideration. Past Performance Questionnaire under Section H, Subsection 3 [Past Performance], Paragraph (b) of this Special Notice for Qualifications. Additional information and attachments, if applicable, must be supporting documentation and properly labeled by the Firm within the SF 330 submission. Late responses will be any SF 330 submission received from an A-E Firm after the submittal deadline (January 15, 2024 by 11:59 PM EST), which is also outlined in Section J, Paragraph (a) of this Special Notice for Qualifications. Any SF 330 submission received by the designated VA personnel after the submittal deadline will be deemed Late and may not be considered or evaluated by the SSEB. Additionally, any modification and/or revision to the SF 330 submission must be received by the VA before the submittal deadline (January 15, 2023 by 11:59 PM EST). Any modification and/or revision to the SF 330 submission received by the designated VA personnel after the submittal deadline will be deemed Late and may not be considered or evaluated by the SSEB. However, the original SF 330 submission will constitute an acceptable submittal and will be considered for evaluation by the SSEB if a modification and/or a revision to the SF 330 submission is received by the VA after the submittal deadline. FAR AND VAAR REFERENCES: The FAR and VAAR citations referenced in this Special Notice for Qualifications may be accessed at the following websites: FAR: https://www.acquisition.gov/far/index.html VAAR: https://www.va.gov/oal/library/vaar/ ATTACHMENTS:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/867b5e2b05224ed5b24c33d15c6222d2/view)
- Record
- SN06910845-F 20231215/231213230039 (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 |