Alabama Bids > Bid Detail

C1DZ--A/E, Laundry Renovation and Addition, Bldg 18 Project No. 679-24-102

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159357129939993
Posted Date: Apr 17, 2023
Due Date: May 17, 2023
Solicitation No: 36C24723R0072
Source: https://sam.gov/opp/c522dd6308...
Follow
C1DZ--A/E, Laundry Renovation and Addition, Bldg 18 Project No. 679-24-102
Active
Contract Opportunity
Notice ID
36C24723R0072
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: Apr 17, 2023 12:33 pm EDT
  • Original Response Date: May 17, 2023 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Tuscaloosa , AL 35404
    USA
Description



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 Contracting Office 7 is seeking qualified Architect-Engineering (AE) firms to submit Standard Form 330 (SF 330) Architect/Engineering Statement of Qualifications for Project 679-24-102 Laundry Renovation and Addition at Tuscaloosa VAMC, located at 3701 Loop Rd, Tuscaloosa AL 35404. 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.
2. This acquisition is a 100% set aside for Small Disabled Veteran Owned Small Business.
a. 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 Service-Disabled Veteran-Owned Small Business Set-Aside.

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 (https://veterans.certify.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 VetCert verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award.

3. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 679-24-102 Laundry Renovation and Addition . The estimated magnitude of construction for this project is higher than $10,000,000. The estimated/target design completion period is 363 calendar days after issuance of Notice to proceed. The NAICS code for this acquisition is 541310, Architectural Services with a size standard of $12.5 million.

4. 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 the facilities. Due to this requirement, the area for consideration for this acquisition is restricted to A/E firms with an operating office located within 400 miles of 3701 Loop Road, Tuscaloosa, AL 35404. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400-mile driving distance. (Determination of mileage eligibility will be based on upon www.mapquest.com)

5. Project Information/Statement of Tasks: The Architect Engineer (A/E) team including architects, engineers, surveyors, and professional consultants shall provide design services for the development of specifications and drawings to renovate the existing Laundry (Building 18). This two (2) story approximately 12,750 square foot facility will be governed by the all applicable construction, electrical, HVAC, plumbing, safety and other pertinent design and construction standards and be staffed by the Laundry Service employees. This existing facility will be renovated in a manner that is consistent with maintaining the historical integrity of the original facility design but with modern upgrades required to support the current daily mission requirements. This renovation shall include, but not be limited to, addressing the structural integrity, mechanical, engineering and plumbing, the water reuse system, interior walls and correcting the FCA s. In addition, the Laundry is a production facility and must remain operational during this renovation period with only minimal disruption. This may require providing temporary measures to ensure the Laundry remains operational and/or working during hours other than the when the Laundry is providing service. Consideration must be given to the receiving, shipping and storage of the laundry and laundry products, safety of the working areas, possible toxins and their storage, etc. This design shall follow all applicable Federal guidelines, laws, and codes and standards. This design will include but not be limited to the following disciplines: Architectural, Civil, Communications, Electrical, Environmental, Fire Protection, Interior Design, Mechanical, Plumbing, Safety, Structural, Transport, etc.

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

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 experience and technical competence in the type of work required, including, where appropriate on similar projects: experience in energy conservation, pollution prevention, historical structures, waste reduction, production facility renovation experience, and the use of recovered materials (include Government and private experience). Technical competence includes design quality management procedures, CADD, equipment resources, and laboratory requirements of the prime firm and any subcontractors. In addition, provide information on the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships
c. Capacity to accomplish the work in the required time. This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates.
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

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: 400 mile radius for 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.)Â
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.

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.
7. 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.

8. 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) May 17, 2023, at 1:00 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 Joyce Powers, Contracting Officer at joyce.powers1@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. DO NOT SEND HARD COPIES

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. Any questions regarding this announcement can be emailed to joyce.powers1@va.gov

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.
Page 2 of 4
Page 1 of 10


NETWORK CONTRACTING OFFICE 7 OFFICEOFFICW77777,7CONSTRUCTION 7WEST

PAST PERFORMANCE QUESTIONNAIRE (PPQ)
PPQs should be provided back to the requestor to incorporate into their SF330, all PPQs should be included in the SF330 submission by the A-E and it will not count towards the page limitation listed in the Request for SF 330s.
SECTION 1
CONTRACT INFORMATION Contractor to complete #1-3
1. CONTRACTOR INFORMATION
NAME OF OFFEROR BEING EVALUATED: Click or tap here to enter text.
ADDRESS: Click or tap here to enter text.
POINT OF CONTACT: Click or tap here to enter text.
CONTACT PHONE NUMBER: Click or tap here to enter text.
CONTACT EMAIL ADDRESS: Click or tap here to enter text.
WORK PERFOMED AS: Click or tap here to enter text.
PERCENT OF PROJECT WORK PERFORMED: Click or tap here to enter text.
IF SUBCONTRACTOR, WHO WAS THE PRIME? Click or tap here to enter text.
2. CONTRACT INFORMATION
CONTRACT TITLE: Click or tap here to enter text.
CONTRACT NUMBER AND DO/TO NUMBER: Click or tap here to enter text.
CONTRACT TYPE: Choose an item. if other:
CONTRACT LOCATION: Click or tap here to enter text.
AWARD DATE: Click or tap to enter a date.
ORIGINAL CONTRACT ACCCEPTANCE (construction accepted) Date: Click or tap to enter a date.
ACTUAL CONTRACT ACCEPTANCE: Click or tap to enter a date.
EXPLAIN DIFFERENCES: Click or tap here to enter text.
ORIGINAL IMPLEMENTATION PRICE: Click or tap here to enter text.
ORIGINAL CONTRACT PRICE (all costs - design/installation/financing): Click or tap here to enter text.
FINAL CONTRACT PRICE (including modifications, if applicable): Click or tap here to enter text.
EXPLAIN DIFFERENCES: Click or tap here to enter text.
3. PROJECT DESCRIPTION
SCOPE INCLUDED IN PROJECT: Click or tap here to enter text.
HOW IS THIS PROJECT RELEVANT TO PROJECT OF SUBMISSION? Click or tap here to enter text.
Veterans Health Administration (VHA) Network Contracting Office 7 (NCO7) is considering the Offeror identified above for award of the subject project.
Your comments would be appreciated regarding this firm s past performance. The intent of this form is to evaluate the company s ability to perform the work as described in the solicitation.
Please verify the information in Section 1 is accurate and complete the enclosed questionnaire as thoroughly as possible. In addition to submitting this questionnaire, VHA-NCO7 may contact you in order to obtain any additional information regarding a contract award.
Please email your completed questionnaire back to the firm requesting prior to the date listed in the SF330 Request as they will need these completed documents to incorporate into their SF330 for submission. *Submissions made after this date and time will not be accepted or evaluated.
SECTION 2
EVALUATOR INFORMATION Client to complete
EVALUATOR INFORMATION
NAME OF EVALUATOR: Click or tap here to enter text.
POSITION: Click or tap here to enter text.
ADDRESS: Click or tap here to enter text.
PHONE: Click or tap here to enter text.
EMAIL: Click or tap here to enter text.
DESCRIBE YOUR ROLE IN THE PROJECT: Click or tap here to enter text.
*Please see Page 4 for Adjectival Ratings for the following:
1. QUALITY

Ability to meet quality design and/or construction standards specified for technical performance
Choose an item.
Comments:

2. SCHEDULE/ TIMELINESS OF PERFORMANCE

Compliance with contract delivery/completion schedules including timely submission of data deliverables (If liquidated damages were assessed or the schedule was not met, please address below.)
Choose an item.
Comments:

3. COMMUNICATION

Contractor was reasonable and cooperative in dealing with client staff (including the ability to successfully resolve disagreements/ disputes; and responsiveness to client requests)
Choose an item.
Comments:

4. MANAGEMENT/ PERSONNEL/ LABOR

Effectiveness of management, including suppliers, materials, and/or labor force (including the ability to effectively lead, manage, and control the project)
Choose an item.
Continuity in the contractor s personnel during execution of the contract (e.g., one person or team that stayed with the project throughout the contract)
Choose an item.
Comments:

5. COST/ FINANCIAL MANGEMENT

Ability to meet the terms and conditions within the contractually agreed price?
Choose an item.
Comments:

6. SUBCONTRACT MANAGEMENT

Ability to manage subcontracting effort including any subcontracting issues, and the contractor s ability to resolve the problems without extensive customer guidance.

Choose an item.
Comments:

7. SUMMARY

Would you hire or work with this firm again? If no, please explain below.
Choose an item.
Provide an overall rating for the work performed by this contractor.
Choose an item.



ADDITIONAL COMMENTS:





EVALUATOR SIGNATURE:
DATE:


ADJECTIVAL RATINGS AND DEFINITIONS TO BE USED TO BEST REFLECT YOUR EVALUATION OF THE CONTRACTOR S PERFORMANCE

THIS PAGE WILL BE REMOVED FOR EVALUATION PURPOSES AND NOT BE COUNTED TOWARD THE SF 330 PAGE COUNT IT IS FOR PPQ COMPLETION PURPOSES ONLY*
Rating
Definition
Outstanding
The Offeror s performance met contractual requirements and exceeded many requirements to the Client s benefit. The contractual performance was accomplished with few minor problems for which corrective actions taken by the Offeror were highly effective
Above Average
The Offeror s performance met contractual requirements and exceeded some requirements to the Client s benefit. The contractual performance was accomplished with some minor problems for which corrective actions taken by the Offeror were effective.
Satisfactory
The Offeror s performance met contractual requirements. The contractual performance contained some minor problems for which corrective actions taken by the Offeror were satisfactory.
Unsatisfactory
Performance did not meet contractual requirements. The contractual performance reflected a serious problem for which the Offeror has yet to identify corrective actions or the Offeror s proposed actions appear only marginally effective or were not fully implemented.
Not Applicable
No information or did not apply to your contract.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 17, 2023 12:33 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 >