Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

C -- Design Parking Garage (VA-21-00008299)

Notice Date
1/13/2021 5:38:39 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77621R0038
 
Response Due
2/16/2021 12:00:00 PM
 
Archive Date
05/17/2021
 
Point of Contact
Brett.Meister@va.gov, Brett Meister, Phone: 216 447 8300
 
E-Mail Address
Brett.Miester@va.gov
(Brett.Miester@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 5 of 5 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. A. 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-Engineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, reports, construction period services for the Design Parking Structure project at the East Orange New Jersey VAMC. 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. B. 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 $16.5 Million. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before April 2021. The anticipated period of performance for completion of design is 365 calendar days after notice of award. The magnitude of construction is between $10,000.000 and $20,000,000. C. A-E SELECTION PROCESS: 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 will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. At least three (3) of the highest rated firms in accordance with FAR procedures will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of discussions for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for discussions will be notified by email of selection and provided further instructions. After the discussions are concluded, the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. 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. D. SELECTION CRITERIA: Phase I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. Specialized experience and technical competence in the design of a Parking garage. Work shall include structural, geotechnical, Mechanical Electrical Plumbing (MEP), site security, architectural, civil, and all such systems and components as may be necessary to achieve project goals. Other specialized experience includes experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. The information provided in section F and G of the SF 330 will be used to evaluate this evaluation factor. 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. Provide Professional License numbers and/or proof of Licensure. Disciplines required for this project include, but are not limited to: structural, geotechnical, Mechanical Electrical Plumbing (MEP), site security, architectural, civil. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority]______________________, [company] __________________ certify that the team proposed to perform under this requirements demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. Information provided in sections C through E of the SF 330 will be used to evaluate this factor Capacity to accomplish work in the required time. The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies towards the team/personnel provided in the SF 330. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Include CPARs data for the projects referenced in section F of the SF330. If CPARS data is not available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. CPARs data and PPQs will not be included in the page count. All projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, publicly available sources and additional projects in CPARS. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The information for this factor shall be provided in Section H of the SF 330. Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. 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. The information for this factor shall be provided in section H of the SF 330. Secondary Selection Criterion*: Geographic location: 1. Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the 385 Tremont Ave, East Orange NJ 07018. 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 se-lection criterion will not be applied when determining a firm s SF 330 submission. Phase II (FOR INFORMATIONAL PURPOSES AT THIS TIME, DO NOT SUMBIT WITH PHASE I SUMBISSION): In accordance with FAR 36.602-3(c), discussions will be conducted. The highest-ranking firms will be short listed, and discussions will commence. The format and discussion topics will be provided at the time short listed firms are notified. E. PHASE I 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 Brett Meister at Brett.Meister@va.gov. This shall include SF-330 and any applicable attachments. All Responses are due on or before February 16, 2021 at 3PM Eastern Standard Time. 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; 36C77621R0038 East Orange Parking Garage Design 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. CPARs data and Past Performance Questionnaires will not count as part of the page limitation. 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. 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 VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at TIME OF SUBMISSION OF OFFERS. Failure to be BOTH visible and verified at time of SF330 Submission, Interview Presentations, and award will result in the offeror being deemed unacceptable and ineligible for award. All Joint Ventures must be CVE verified at time of submission and award 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 Contract Opportunities website at: www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s. See attached document: Attachment 1 - Final SOW - East Orange - Parking Structure. See attached document: Attachment 2 - Program Guide, PG-18-15 - East Orange Design. See attached document: Attachment 3 - Design Schedule. See attached document: Attachment 4 - Past Performance Questionnaire. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5ce7eb1123146baa0790e2a825fc0ee/view)
 
Place of Performance
Address: East Orange VA Medial Center East Orange, NJ 07018, USA
Zip Code: 07018
Country: USA
 
Record
SN05891046-F 20210115/210113230103 (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  © 1994-2020, Loren Data Corp.