United States - C--Correct Medical Gas Deficiencies, Bldgs 1 and 2 - A/E

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 June 2019
Opportunity publication date
25 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 24, 2019 1:00 pm

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-Engineer (A-E) services for the development of complete construction documents, which include working drawings, specifications, and construction period services for the Correct Medical Gas Deficiencies Building 1 and Building 2 project located at the West Haven VA Medical Center.

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

The proposed project will be awarded as a competitive, firm-fixed-price contract utilizing the process outlined in FAR 36. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The North American Industry Classification System (NAICS) code 541330 (size standard $15 million) applies to this procurement. The estimated cost of the construction is $4,950,365.00. The duration of the project is currently estimated at 310 calendar days from the issuance of a Notice of Award. The services for this project will include all preliminary planning and special services, preparation of design drawings and specifications, construction period services and site visits.

A-E DESIGN SERVICES SCOPE:

This project provides A/E Services for the Correct Medical Gas Deficiencies project at the VA Connecticut Healthcare System. The A/E shall develop and provide a set of drawings and Specifications for conceptual, design development and final design purposes which meet the Project Scope and Objectives.

The VA shall provide deficiency report which shall be used as the starting point to verify and document existing conditions as they are today in the VA west haven buildings 1&2. There are 49 deficiencies identified for building 1. There are 34 deficiencies identified for building 2. The A-E shall thoroughly review the entire report and all deficiencies and implement details for corrective action in the final design documents A-E shall summarize and document on plans or in specifications showing that each deficiency was reviewed and included. This can be done in table format. A-E shall be required to perform full site survey pertaining to all listed deficiencies to ensure all corrective actions are covered in design with locations and ensuring they are executable in construction.

Project Services Detailed Requirements: See Attachment 1- Statement of Work

3. A-E SELECTION PROCESS:

Responsive 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 initial selection evaluation. The selection process will be conducted in accordance with FAR 36.6 and applicable supplements. The initial evaluation (Phase I) of the SF-330s will determine the highest rated firms. The highest rated firms, a minimum of three (3), will be notified that they have been selected to participate in discussions in the form of interview presentations (Phase II). The firms selected for interview presentations will be notified by email of selection and provided further instructions and the evaluation criteria requirements. All firms not selected will be notified at this time. Upon completion of interview presentations, the top-rated firm will be selected, sent the solicitation requesting an A-E fee proposal, and negotiations will follow. A site visit will be authorized for the top-rated firm during the negotiation process. Award selection will be made based on the results of the interview presentations and successful negotiation of rates for the project, and not the SF-330 qualifications from the initial evaluation. If negotiations are unsuccessful with the top-ranked firm, the CO will termination negotiations and undertake negotiations with the firm next in order of precedence. This process will continue until a mutually satisfactory contract has been negotiated.

4. SELECTION CRITERIA:

Phase I: The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria.

Professional qualifications necessary for satisfactory performance of required services and working together as a team (in-house and/or consultants). The firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US states. Provide Professional License numbers and/or proof of Licensure.

Specialized experience and technical competence in the type of work required, including, where appropriate, experience working in an asbestos environment, experience in hazardous abatement of materials, historic Government buildings, sustainability factors (described in Guiding Principles Checklist for New Construction and Modernization, April 15, 2018) such as experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. Include Government and private experience on projects similar in size, scope and complexity that included project phasing to maintain hospital operations during construction.

Capacity to accomplish work in the required time. Provide the available capacity of key disciplines by providing current project load.

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 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. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. ( See Attachment 2 for form)

Location in general geographical area of the project and knowledge of the locality of the project. The area of consideration for offerors is a 200-mile driving radius between the firm s principal business location or satellite office and the West Haven VAMC. Firms outside the 200-mile radius will not be considered. Determination of mileage eligibility will be based on Google Maps (https://www.google.com/maps/dir/).

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, and support of construction contract changes to include drafting statements of work and cost estimates.

Phase II: The selected firms will be invited to present their qualifications in person to the Evaluation Board in the form of interview presentations. The interview presentation instructions and criteria will be provided to these firms at the time they are selected. Each selected firm will be evaluated based on their responses to the evaluation criteria during their Interview Presentation.

5. SUBMISSION CRITERIA/REQUIREMENTS:

The below information contains the instructions and format for 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 William Henkel at William.henkel@va.gov. This shall include SF-330 Parts I and II and any applicable attachments.

The SF-330 submission is due by 4:30 PM Eastern Time on June 24, 2019.

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; 36E77619R0065 West Haven.

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 Form will not count as part of the page limitations.

All SF-330 submissions must include the following information either on the SF 330 or by accompanying document:

1) Cage Code; 2) Dun & Bradstreet Number; 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 to William.henkel@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. Failure of a proposed SDVOSB to be verified and visible 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 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 SF-330 submission package.

It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of SF-330s.

Opportunity closing date
24 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs VA National Energy Business Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?