South Carolina Bids > Bid Detail

C1DA--534-329 - Renovate CSP and Pharmacy Spaces - A/E Design Services (VA-23-00070537)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159410578947536
Posted Date: May 26, 2023
Due Date: Jun 15, 2023
Solicitation No: 36C24723R0091
Source: https://sam.gov/opp/3109941039...
Follow
C1DA--534-329 - Renovate CSP and Pharmacy Spaces - A/E Design Services (VA-23-00070537)
Active
Contract Opportunity
Notice ID
36C24723R0091
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 26, 2023 05:08 pm EDT
  • Original Response Date: Jun 15, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Charleston VA Medical Center Charleston , SC 29403
    USA
Description
36C24723R0091 Pre-solicitation Notice


Page 9 of 9
36C24723R0091 Pre-solicitation Notice

Page 4 of 9
This acquisition is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB)

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY.

ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE.

THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT.

THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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.

The Department of Veterans Affairs Network 7 Contracting Office is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for Project 534-329 Redesign Pharmacy, Charleston Medical Center, 109 Bee Street, Charleston SC 29403. The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Firms submitting qualification packages must be fully licensed to perform designs as a registered professional AE firm in the United States to be considered for this opportunity. Also, see geographic location restriction in paragraph 4 of this notice. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein.

Point of Contact: Jennifer Smith, Contracting Officer Email: jennifer.smith19c497@va.gov
Prospective Contractors are cautioned that proposal submitted in response to this pre-solicitation are not required but SF330 s must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in accordance with VAAR Clause 852-219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.

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, registered in the System for Award Management (SAM) database (www.sam.gov ) at time of submission of their qualification and reporting to VETS -4212 Federal Contractor Reporting in accordance with FAR 52.222-37, Employment Reports on Veterans at https://www.dol.gov/agencies/vets/programs/vets4212 . Failure of a prospective SDVOSB to be verified by the Small Business Administration (SBA) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be SBA/CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.

A Firm Fixed Price A/E Design service contract is contemplated for Project 534-329, Redesign Pharmacy, Charleston 29403. , at Charleston VAMC, Charleston, SC. The NAICS Code for this procurement is 541330 Architect Engineering Services and the annual small business size standard is $15. M. The anticipated period of performance for completion of design is 215 calendar days after Notice to Proceed. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $1,000,000 and $5,000,000.

The area for consideration for this acquisition is restricted to A/E firms with an operating office located within 500 miles of Charleston VAMC, 109 Bee Street, Charleston, SC 29403. Eligible prime contractor firms shall have a main and/or branch office geographically located within the 500-mile radius. The address of the main and/or branch office shall be documented on the SF 330. (Determination of mileage eligibility will be based off Google Maps)

STATEMENT OF TASK/SCOPE OF WORK

Architect Provide Professional Architect/Engineer (A/E) and healthcare planning services necessary to renovate Pharmacy Service spaces including a new USP-compliant Compounding Suite. Perform all work necessary to accomplish the preparation of existing conditions plans which, at minimum, includes site investigation for: seismic, structural, architectural, interior design, equipment/furnishings, mechanical, plumbing, fire detection/protection/suppression, electrical, environmental hazards (such as suspect lead-containing materials, suspect ACM or other hazardous materials), and associated permitting required by local jurisdictions. Perform a pre-TAB of the existing HVAC systems that are impacted as a part of the mechanical site investigation to determine existing conditions. Complete electrical power investigations to determine existing loads in the limits of work. The A/E shall arrange visits to the project site with appropriate disciplines as the A/E deems necessary to complete all work for appropriate documentation of existing conditions. This will consist of Part A, B and C Services.

SELECTION CRITERIA: The A/E Source Selection Team shall utilize the following selection criteria in relative order of importance.
SF 330 Supplemental Information
Architect/Engineer Selection Criteria

Specialized experience and technical competence in the type of work required.

Submission requirements:

SF 330 information shall be provided per the latest format from the GSA Library located at https://www.gsa.gov/forms-library/architect-engineer-qualifications.

Complete using blocks F. and H. of the SF330 form. Complete block F. for each relevant project. Complete block H. summary sheet for the Offeror and each key consultant; each summary sheet shall be not more than one (1) page in length, and no more than ten (10) pages total.

Submit no more than five (5) projects similar to work in the solicitation from the date the solicitation closes to five (5) years prior.

At minimum, three (3) projects must have construction completed or construction substantially (50%+) complete.

Projects/data submitted shall be projects with total construction costs of three million dollars and greater.

Projects may include Federal, State, or local Government, as well as private industry projects. Offerors are responsible for providing project description and applicable information in sufficient detail to permit evaluation of project relevancy versus these minimum requirements.

Basis of Selection Criteria:

Specialized experience pertains to the types, size, volume, budget, and complexity of work previously or currently being performed by the Offeror that is comparable to the work covered by this solicitation. Specialized experience may also include unique conditions, considerations, or circumstances encountered that are relevant to this solicitation.

Specialized experience does not include overseas offices for projects outside the United States, its territories, or possessions; nor does it include subsidiaries that are not normally subject to management decisions, accounting, and policies, or a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company.

Technical competence includes construction and design projects similar in project scope, size, construction features, dollar value, and complexity of that listed in the solicitation. Technical competence also includes experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

Similar complexity is considered projects of an operational, construction, or design likeness to the work covered in this solicitation.

Specific emphasis of experience and technical competence shall be geared towards seismic design, physical security resilience and design, fire protection, and healthcare design/planning (including fixtures, furniture, and equipment).

Offerors unable to demonstrate proven specialized experience and technical competence may be considered non-responsive or scored negatively.

Failure to provide requested data may negatively impact an Offeror's rating.

Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules.

Submission requirements:

Complete using block H. of the SF 330 describing the Offeror s past performance. The summary sheet shall be not more than two (2) pages in length.

Provide a Past Performance Questionnaire (PPQ) for each submitted project under Specialized Experience criteria, above. PPQs must be incorporated into the submission; PPQs will not count towards page limitations.

Data from other projects not included under Specialized Experience criteria are acceptable (such as cost control or schedule delays) in tables or charts.

Basis of Selection Criteria:

Past performance is a measure of the degree to which an Offeror satisfied its customers needs and requirements and compliance with applicable codes, standards, laws, and regulations. The evaluation of past performance will include but is not limited to:

The customer s assessment of the Offeror's commitment to customer satisfaction.

Timely delivery of quality work.

The Offeror's record of conforming to contract requirements and applicable codes, standards, laws, and regulations.

Successful implementation of a quality control plan and quality control procedures.

Addressing design errors/omissions timely.

Providing Construction Period Services satisfactorily to customers.

Adherence to approved schedules; and,

History of timely and professional communication and cooperative behavior.

Include information on problems (errors/omissions) found, how the problems were corrected, and the impacts to the successful completion of the project (time delays, cost impacts, design modifications, etc.).

Provide information supporting favorable cost control, quality of design submissions, and schedule compliance.

Offeror risks receiving a lower rating if fewer than three (3) PPQs are provided or if the PPQs were not completed by project point of contact.

Include a discussion on the Offeror s record of significant claims for improper or incomplete design services.

Higher ratings may be given for work performed on VA Medical Center campuses.

Failure to provide requested data or to provide an accessible point of contact (POC) may negatively impact an Offeror's rating.

Failure to demonstrate proven competence to perform projects like the requirements of the solicitation may be considered ineligible for award.

Professional qualifications necessary for satisfactory performance of required services.

Submission Requirements:

Complete using block E. of the SF 330. Submit personal resumes and relevant information for key and responsible personnel. Block E. shall be not more than one (1) page in length per individual, and not more than fifteen (15) total pages.

Basis of Selection Criteria:

Evaluation of professional qualifications will include but is not limited to the subjective assessment of the Offeror's individual resumes.

The Offeror shall have a professional engineer, currently registered in any state or territory of the United States, knowledgeable in their registered design discipline, to be the lead designer responsible for reviewing and approving design submissions.

The Offeror shall have a professional engineer, qualified and knowledgeable of state and local regulations, be the lead designer responsible for reviewing and approving design submissions and facilitating permit documentation (depending on the nature of the design i.e., environmental, stormwater, etc.).

Key personnel to provide qualifications to meet this criterion include Principal(s), Project Manager(s), key consultants, individuals responsible for implementation of the Design QA/QC Plan, and other individuals that are responsible or accountable for design submissions.

Physical Security Subject Matter Experts shall meet the requirements of Section 10.1.5 of the Physical Security & Resiliency Design Manual.

The Offeror shall describe and/or depict which projects and how well key personnel of the design team have worked together.

Higher ratings for this criterion may be given when the Offeror's specific personnel demonstrate relevant credentials, such as involvement and degree of involvement in professional organizations, research/publications, code/standard body involvement, etc.

Offerors unable to demonstrate professional qualifications necessary to perform designs may be considered non-responsive .

Failure to provide sufficient data supporting professional qualifications may negatively impact an Offeror's rating.

Experience in construction period services.

Submission Requirements:

Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s performance completing Construction Period Services (CPS) for construction for each submitted project under Specialized Experience criteria, above. Narrative shall be not more than two (2) pages in length.

Basis of Selection Criteria:

Includes 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 modifications to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services.

Evaluation of the Offeror s knowledge, skills, and abilities to complete necessary CPS to support successful project completion.

Provide a narrative describing the below services, but not limited to:

Professional field inspections, both scheduled and emergent.

Maintaining a comprehensive submittal log inclusive of material data, shop drawings, certifications, etc.

Review of construction submittals for design conformance, variance, and applicable code/standard compliance.

Providing timely and complete responses to requests for information.

Providing supporting documentation (statements of work, cost estimates, technical reports, etc.) for construction modifications.

Providing record drawing documentation.

Process for correcting design errors/omissions identified during construction; and,

Other requirements defined under CPS in the Statement of Work.

Capacity to accomplish the work in the required time.

Submission Requirements:

Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s work capacity. Narrative shall be not more than one (1) page in length.

Basis of Selection Criteria:

Identify the Offeror s past, present and projected future workload, including VA contracts over the previous 12 months.

Describe the Offeror s capacity to incorporate this solicitation s work while meeting prescribed dates for current workload. Each key team member to include % of available capacity to take on new projects.

Evaluation of this factor will be an assessment of the Offeror s ability to complete design documents within the period of performance and meet solicitation requirements.

Data is acceptable in tables or charts.

Higher ratings may be given for this criterion when information provided exceeds the minimum requirements.

Location in the general geographical area of Charleston, SC, and knowledge of the locality of the Ralph H. Johnson VA facility:

Submission Requirements:

Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s experience in the Charleston, SC geographical area. Narrative shall be not more than one (1) page in length.

Basis of Selection Criteria:

Offerors will be subjectively evaluated based on their knowledge (and the knowledge of subcontractors) of unique conditions or variables, such as familiarity of applicable codes, regulations, construction market & labor conditions, geotechnical, seismic, weather, environmental, or other unique considerations found in Charleston, SC and the Low Country geographical area.

If prior experience in Charleston, SC is minimal, describe how the design team plans to obtain specific knowledge of local conditions or project features required for a compliant design.

Data from other projects and locations are acceptable to highlight knowledge of the Charleston, SC geographical area or areas of similar nature.

Offerors that submit relevant projects outside of the Charleston, SC geographical area may be given a lower rating than projects within the Charleston, SC geographical area.

The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors:

Submission Requirements:

Complete using block H. of the SF 330. Provide a narrative that discusses the Offeror s approach. Narrative shall be not more than one (1) page in length.

Offerors shall complete and submit the following statement in block H. :

I [signatory authority], of [Offeror Company or Joint Venture] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10 .

Basis of Selection Criteria:

Offerors shall be evaluated based on their utilization plans for service-disabled Veteran-owned small businesses (SDVOSBs), Veteran-owned small businesses (VOSBs), or other types of small businesses.

Offerors shall be evaluated on the expected amount of work versus key personnel to verify the above signatory statement. If less than 50% of work is estimated to be performed by the prime SDVOSB, the Offeror may be given a lower rating.

Offerors shall submit qualifications for proposed consultants per other criteria in this solicitation.

A/E SELECTION PROCESS:
a. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR) and VA Acquisition Manual (VAAM) 836.6. 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 initial evaluation of the SF330s received, 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.

b. 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.

c. 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.

d. 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 CRITERIA/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.
Prospective firms shall address all selection criteria factors within their submitted SF330 packages. 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 state Engineer/Architect License

(5) Copy of current vetBiz.gov SDVOSB certification

(6) Unique Entity Identifier (UEI) Number

(7) Tax ID number

(8) The E mail address and Phone number of the Primary Point of Contact.

b. 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) 10:00 AM ET, 15 June 2023. Email capacity is limited to five (5) to seven (7) megabytes (Megs).
c. All SF330 submittals and questions must be sent electronically to the attention of Jennifer Smith, Contracting Officer at jennifer.smith19c497@va.gov . DO NOT SEND HARD COPIES. 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.

d. The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in a common font size 12 font, single spaced. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document. A page is defined as each face of an 8.5 X 11-inch sheet of paper containing information. The page limitation does not apply to the licenses, contract performance evaluations, (i.e., CPARS) and award documentation. This information should be provided as attachments to the SF 330.
It is the offeror s responsibility to check the SAM.GOV Contracting Business Opportunities website at: www.sam.gov for any revisions to this announcement prior to submission of SF330s.

Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 26, 2023 05:08 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >