SOLICITATION NOTICE
42 -- 618-24-501 AE Update Life Safety Drawings
- Notice Date
- 6/27/2025 11:00:06 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26325R0054-1
- Response Due
- 7/11/2025 8:00:00 AM
- Archive Date
- 12/31/2025
- Point of Contact
- Dwayne Brauch, Phone: 6512933039
- E-Mail Address
-
dwayne.brauch@va.gov
(dwayne.brauch@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Description
- EVALUATION CRITERIA A Changed From: A. Professional Qualifications: SF-330, Part I, Block E. NCO 23 will consider any information, which may be pertinent to this criterion, including the following: proposed key personnel (reference primary discipline list below), professional registration, and competence, related experiences to accomplish this work, education, and years with the company. Key personnel shall be permanent employees of the prime firm/team rather than temporary �contract hire� employee arrangements. Failure to provide a balanced workforce in the disciplines listed could result in the firm being considered not qualified. The combination of criteria below will be used to determine the ability of the staff to contribute to the successful completion of project task orders. Firms with greater breadth of in-house expertise will be rated higher than those needing to hire sub-consultants. The offeror�s team shall include staff members found in the statement of work (SOW) in the following disciplines: Cost Estimator Fire Protection Engineer Fire Protection Technician Staff/ CAD Drafter Architect In addition, the offeror�s team shall include staff members in the following disciplines and shall demonstrate their qualification: Project/Program Manager B. Specialized Experience and Technical Competence: SF-330, Part I, Section F. Region 3 NCO 23 will consider any information which may be pertinent to this criterion, including the following: specialized experience and technical competence in the performance of services similar to those anticipated under this contract in terms of recent and relevant experience with regard to the project examples described below, as well as demonstrated experience with VA facility design. � Example Projects: Submit example design projects in narrative format that highlight the experience factors listed above. Design project examples should not exceed two pages each. All experience factors do not have to be included in a single project. The offeror may submit multiple projects to demonstrate experience in all relevant types of work, however, do not submit more than five projects total.. Failure to include one on proposed project team may result in the offeror being found unable to perform the project. a) The narratives of example projects should show contract number, issuing agency, project name, a current point of contact including telephone and email information, project scope, size, location, design fees, , principal design elements and features, complexity of the job, challenges faced to include disagreements regarding design requirements the resolution and results of any challenges faced. In addition, and if known, b) Example projects may be from the private or public sector; however, VA projects may be rated higher. Projects completed more recently will be evaluated more advantageously. The design of all example projects must have been completed within the past four (4) years (prior to the SF-330 due date for this solicitation). The evaluation will consider the relevancy (design and, size and location) of projects identified. For the purposes of this evaluation the A-E may submit no more than two example projects which were investigations or studies only. The investigation(s) or study(ies) must have been completed within the past four (4) years (prior to the SF-330 due date for this solicitation) as well. c) Examples of work submitted that do not meet the requirements specified here will not be evaluated. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified and eliminated from further consideration. Identify any key personnel in SF-330, Part I, Section G that worked on the projects and their role. Specialized experience and technical competency will be evaluated for ability to support the range of work required for this contract, as demonstrated by firm�s submitted projects. d) Example projects must show the firms competency in the NFPA codes, the VA�s Fire Protection Design Manual and the IBC. For the purpose of this evaluation, the A-E must provide a description of how these codes and standards were applied during design, study/ investigation of the listed example projects. C. Capacity: SF-330, Part I, Block H. Demonstrate how the firm(s) will manage, coordinate, and administer the work within the prime and among any teaming partners. Teaming partners to be included by the prime firm in their response should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. SF-330, Part II, Block 11 will also be evaluated to assist in determining this factor. SF-330 Part I Blocks C, D, F and SF-330, Part II will also be evaluated to support this criterion. NCO 23 will consider any information which may be pertinent to this criterion, including the following: � Capacity to perform work in-house and with teaming members. � Demonstrate active on-going Federal and Non-Federal work (Address current dollar value of work, number of current projects, management approach to your on-going work, and how the team will support the work requirements outlined in this synopsis in addition to current work). Quantify the A-E teams reserve capacity (percent of available capacity or man hours available or number of man hours available). � Greater weight will be given to offerors who provide quantitative data to support an assertion of sufficient work-load capacity. D. Past Performance: SF-330, Block H. For the example projects provided under Specialized Experience and Technical Competence, in a single page narrative form provide past performance in terms of cost control, quality of work, and compliance with performance schedules for each example project submitted under Specialized Experience and Technical Competence. In addition to past performance information provided, the evaluation will include information available within the VA, Federal, state, private industry, or other sources. In addition to the narrative described above, forward the Past Performance Questionnaire (PPQ) of this synopsis, to each project point of contact. Completed PPQ forms shall be submitted as part of the firms� proposal package. Firms may include any ratings, letters of appreciation or performance, awards etc., for relevant experience; however, Federal database content and PPQs will be evaluated more advantageously. Reponses will be evaluated to determine firms� ability to maintain cost, schedule, quality, and customer satisfaction. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 23, Attn: Ben Woehrle via email at Benjamin.woehrle@va.gov prior to the response date. E. Geographic proximity: Geographic proximity to the general area of the requiring activity as well as knowledge of Minneapolis VA Medical Center Campus. SF-330, Part I, Block H. In single page narrative form demonstrate firm�s familiarity with local conditions to include knowledge of, and experience dealing with, the regulatory agencies, geological features, logistics, costs, climatic conditions and local design and construction methods. Narrative shall include team location, including main offices, branch offices, and any subconsultant offices. The narrative shall demonstrate how inclusion in the pool will be advantageous to the Government. Offerors must affirm they are able to practice at all stations listed for this contract. F. Subcontracting Efforts: Commitment to VHA shall be detailed in SF-330, Part I, Block H. Offerors shall 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7fd0320d19174e0e9cdbe4d00c03a4f5/view)
- Place of Performance
- Address: Minneapolis, MN 55417, USA
- Zip Code: 55417
- Country: USA
- Zip Code: 55417
- Record
- SN07492167-F 20250629/250627230043 (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 |