Alabama Bids > Bid Detail

C1DA--521-22-130 (Design) Upgrade/Replace Exterior Finishes & Mechanical Systems Research Bridge (VA-23-00011386)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159195604596641
Posted Date: Feb 7, 2023
Due Date: Mar 10, 2023
Solicitation No: 36C24723R0039
Source: https://sam.gov/opp/249783dc41...
Follow
C1DA--521-22-130 (Design) Upgrade/Replace Exterior Finishes & Mechanical Systems Research Bridge (VA-23-00011386)
Active
Contract Opportunity
Notice ID
36C24723R0039
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 07, 2023 11:01 am EST
  • Original Response Date: Mar 10, 2023 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 17, 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:
    Birmingham VA Medical Center 700 19th Street South Birmingham , AL 35233
Description
Presolicitation Notice

Presolicitation Notice

Page 7 of 7

*=Required Field
Presolicitation Notice

Page 1 of 7

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.

ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES:

1. The Department of Veteran 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 # 521-22-130 Upgrade/Replace Finishes & Mech Systems Research Bridge at Birmingham, AL at the Birmingham Veterans Health Care System facilities in Network 7 (State of Alabama). 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 5 of this notice.

2. Network Contracting 7 VA Facilities locations include:

Birmingham Veterans Health Care System, 700 19th Street South, Birmingham AL 35233

3. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business.

Prospective Contractors are cautioned that proposal submitted in response to this solicitation 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 852-219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses.

b. 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 VetCert (Veteran Small Business Certification (sba.gov)) and 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 Veteran Small Business Certification (sba.gov) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.

4. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 521-22-130 Upgrade/Replace Finishes & Mech Systems Research bridge. The estimated magnitude of construction for this project is between $5,000,000 and $10,000,000. The estimated/target design completion period is 270 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541330, Engineering Services with a size standard of $25.5 million.

5. Due to the requirement for site visits and coordination on design reviews, A/E firms will be required to attend various meetings in person on site at CAVHCS facilities. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within 600 miles of Birmingham VAMC 700 19th Street South, Birmingham, AL 35233. Eligible prime contractor firms must have a main and/or branch office geographically located within the 600mile driving distance. Offers outside the 600mile driving distance will not be considered. (Determination of mileage eligibility will be based on upon www.mapquest.com)

6. Project Information/Statement of Tasks: The A/E team, including architects, engineers, surveyors, and professional consultants shall provide complete design services for the development of specifications and drawings for Project 521-22-130, "Replace/Upgrade Exterior Finishes & Mechanical Systems-Research Bridge". The intent of this project is to address the following: HVAC/Plumbing: a) Repair/replace HVAC systems/components feeding floors 2-5 of the research bridge to provide required cooling/heating to spaces. b.) HVAC systems feeding dry and wet labs shall be configured accordingly per requirements of these labs. c.) Conduct assessment of utility piping in the research bridge and repair/replace any leaks or failed piping/components. d.) Utility piping shall be properly insulated where necessary and ceilings vented/conditioned as to prevent moisture buildup. e.) Deionized water system shall be replaced along with additional safety showers and a separate laboratory water system. Bridge Envelope: a) The exterior facade panels and windows on the bridge shall be replaced and properly sealed to prevent water penetration. b.) The roof of the bridge shall be replaced and all penetrations properly sealed. c.) A parapet wall shall be added on roof to replace fall protection railing. Bridge Interior: a.) Mold remediation repairs shall be made to all affected equipment/surfaces to include HVAC components, walls, ceilings, and floors. b.) Renovate 4th & 5th floors of Research to present a layout that supports a modern fully functional research facility, utilizing wet and dry lab space, updating flooring, paint, fixtures, and pertinent equipment

7. Selection Criteria: The A/E Source Selection Team shall utilize the following selection criteria listed in descending order of importance:

Professional: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF 330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. The VA will confirm the individuals are current and in good standing with the respective state license board.Â
b. Specialized: Specialized experience and technical competence in the area of medical research facility renovations, dry lab/wet lab design, mechanical system leak detection and repair, including but not limited to: Architecture, Electrical, Plumbing, Mechanical, Fire Protection, Abatement/Industrial Hygiene, Cost Estimation, Project Management and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.
c. Capacity: Capacity to accomplish work in the required time.
d. Past Performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.
Past performance will be evaluated on recent and relevant contracts with government agencies or private industry.

Recent is defined as performance occurring within 5 years of the date of this notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this notice.

Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts.

Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably.

Location: 600 mile in driving distance from branch or main office. Location in general geographical area and knowledge of the locality of the project and that your proximity to the general geographical area enables you to respond to emergency calls in person within 24 hours if required. (SF 330 submittal should show your knowledge of the locality of the project.) Eligible prime contractor firms must have a main and/or branch office geographically located within the 600-mile driving distance. Distance will be determined by Google Maps

Commitment to use of SDVOSB and VOSB: 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.

Construction Period Services: 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
8. Selection Procedures:

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, could result in a firm being removed from consideration. If relevant CPARS evaluation(s) are available, report(s) shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). Official CPARS evaluation(s) found in in government databases will take precedence. Completed PPQs should be submitted with your SF330.

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.

9. Submission Requirements:

a. 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 should be used:

(1) Cover Page with Solicitation Number, Project Title

(2) Table of Contents

(3) SF 330 s

(4) Acceptability under other appropriate evaluation criteria, i.e., SF 330, Section H.

(5) Copy of Current A/E state Engineer/Architect License

(6) Unique Entity ID (UEI):

(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) March 10, 2023, at 3:00 p.m. EDT . Email capacity is limited to seven (7) to ten (10) megabytes (Megs).

c. All SF330 submittals and questions must be sent electronically to the attention of Ryan Crispin, Contract Specialist at ryan.crispin@va.gov and Margaret Yeaton, Contracting Officer at margaret.yeaton@va.gov . 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.

e. All questions regarding this announcement must be emailed to the contract specialist Ryan.Crispin@va.gov and contracting officer Margaret.yeaton@va.gov no later than March 1, 2023 by 3:00 p.m. EDT to allow time to respond.

Site Visits will not be arranged during this phase.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 07, 2023 11:01 am ESTPresolicitation (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 >