Alabama Bids > Bid Detail

C1DZ--EHRM Training and Admin Support - Montgomery Project No. 619-21-703

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159531532705123
Posted Date: Jan 31, 2023
Due Date: Mar 3, 2023
Solicitation No: 36C77623R0012
Source: https://sam.gov/opp/7288bb8942...
Follow
C1DZ--EHRM Training and Admin Support - Montgomery Project No. 619-21-703
Active
Contract Opportunity
Notice ID
36C77623R0012
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 31, 2023 10:45 am EST
  • Original Published Date: Jan 31, 2023 10:25 am EST
  • Updated Response Date: Mar 03, 2023 01:00 pm EST
  • Original Response Date: Mar 03, 2023 01:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: May 02, 2023
  • Original Inactive Date: May 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Central Alabama Veterans Health Care System East Campus Tuskegee , AL 36083
Description

PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS 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 FOR, 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. 1. GENERAL INFORMATION The 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, and construction period services for Project #619-21-703 EHRM Design Training and Admin Space Support at the Central Alabama Veterans Health Care System (CAVHCS) - East Campus, located at 2400 Hospital Road, Tuskegee, AL 36083-5001. 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, VA Acquisition Regulation 836.6, and VA Acquisition Manual M836.6 Architect-Engineer Services. 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. 2. PROJECT INFORMATION This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541330 Engineering Services and the annual small business size standard is $25.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is around June 2023. The anticipated period of performance for completion of design is 195 calendar days after notice of award. The VAAR Magnitude of Construction for this project is between $2,000,000 and $5,000,000. 3. SELECTION CRITERIA: Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria. Primary Selection Criteria: Specialized experience and technical competence for this design project includes site visits, field investigation, studies, and us-er interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to pre-pare a site and provide utilities to support modular trailer installation to pro-vide Electronic Health Record Modernization (EHRM) training and administrative support spaces. The A/E shall develop the construction documents with Specifications, Narratives, and Cost Estimates for all disciplines in-volved in the design of the project. The A/E shall provide all necessary/required professional engineering services to include, but not limited to investigative evaluation/ design services, tools, equipment, materials, labor, travel, expertise, supervision, testing, geotechnical, analysis, and specialty services, as applicable. The project shall include design services to prepare the site for placement of the modular trailers including earthwork and pavements. A/E shall include design services to provide detail procedures to demo and remove 9 Cottages (buildings 21, 22, 23, 24, 25, 26., 27, 28, 29) (SOW Attachment 07- Cottages) and trees on site, install power, water, sewer, and telecommunication utilities for 8 double wide modular buildings that will be located adjacent to building 20 on the CAVHCS East campus. The project scope does not include any work inside the modular buildings and ends where the utility services connect to the modular buildings. The evaluation may consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. These areas shall be addressed in section H of the SF 330. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation. Offeror shall provide a minimum of 2 (two) but no more than 4 (four) recent and relevant projects to demonstrate its specialized experience and technical competence. Relevant is defined as those task requirements identified in the Scope of Work. Recent is define as services provided within the past 5 (five) years. Each project shall include the following: Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e., prime contract, Teaming Partner, or subcontractor Project Owner, owner s point of contact including telephone number and email address. Services & Deliverables provided under the contract/task order Period of Performance, including start and completion dates Total dollar value of the project. Professional qualifications necessary for satisfactory performance of required service. The architects and engineers on the firm s staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia, or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include but are not limited to: Disciplines required for this project include, but are not limited to: Architecture, Structural, Environmental Protection, Physical Security, Telecommunications, Fire Protection, Interior Design, HVAC, Electrical, Equipment, Hazardous Material Abatement, Site and Landscaping, Cost Estimation, and Project Management. 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. Capacity (section H) 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 discipline. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts Past performance (section H) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or Past Performance Questionnaires (PPQ) (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Please see attached PPQ format. CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. 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, construction firms and trades labor availability, and local laws and regulations. Experience in construction period services for projects similar in scope 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. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the: Central Alabama Veterans Health Care System (CAVHCS) -East Campus 2400 Hospital Road Tuskegee, AL 36083-5001 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 selection criterion will not be applied when determining a firm s SF 330 submission. 4. SUBMISSION CRITERIA/REQUIREMENTS: The below information contains the instructions and format 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 Kymberly.Morgan@va.gov and Maria.Rodeffer@va.gov . This shall include SF 330 and any applicable attachments. All responses are due on or before at 1:00 PM Eastern Time on March 3, 2023. 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; 36C77623R0012 EHRM Design 619-21-703 Training and Admin Space Support Montgomery 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 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Unique Entity Identifier (UEI); 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. All questions shall be submitted via email to Kymberly.Morgan@va.gov and Maria.Rodeffer@va.gov . NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by VET Biz (www.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF-330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission 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: https://www.sam.gov/ . for any revisions to this announcement prior to submission of SF 330s.


Attachments/Links
Attachments
Document File Size Access Updated Date
SOW Attachment 10 - Example Modular Layout 2.pdf (opens in new window)
1 MB
Public
Jan 31, 2023
SOW Attachment 10 - Example Modular Layout 1.pdf (opens in new window)
433 KB
Public
Jan 31, 2023
SOW Attachment 09 - Training and Admin Support Planning Guide.pdf (opens in new window)
2 MB
Public
Jan 31, 2023
SOW Attachment 08 -Tuskegee Site Plan 07.pdf (opens in new window)
200 KB
Public
Jan 31, 2023
SOW Attachment 07 - Cottages 2 R_.pdf (opens in new window)
10 MB
Public
Jan 31, 2023
SOW Attachment 07 - Cottages R_.pdf (opens in new window)
3 MB
Public
Jan 31, 2023
SOW Attachment 06 - PG 18-15 AE Submission Reqts Vol C.doc (opens in new window)
601 KB
Public
Jan 31, 2023
SOW Attachment 05 - 01 32 16.01 EHRM Arch and Eng CPM Schedule Spec.docx (opens in new window)
37 KB
Public
Jan 31, 2023
SOW Attachment 04 - Sensitive Infrastructure data.pdf (opens in new window)
492 KB
Public
Jan 31, 2023
SOW Attachment 03 - VHA Directive 1061.pdf (opens in new window)
359 KB
Public
Jan 31, 2023
SOW Attachment 02 - VA OEHRM Site Infrastructure Requirements - 2 0 Signed.pdf (opens in new window)
3 MB
Public
Jan 31, 2023
SOW Attachment 01 - VHA Required Div 01 Spec Sections.docx (opens in new window)
19 KB
Public
Jan 31, 2023
PPQ - EHRM Montgomery.docx (opens in new window)
104 KB
Public
Jan 31, 2023
SOW AE - 619-21-703 Trailer Site Prep Rev 1 17 23.docx (opens in new window)
55 KB
Public
Jan 31, 2023
36C77623R0012.docx (opens in new window)
23 KB
Public
Jan 31, 2023
file uploads

Links
Contact Information View Changes
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >