Alabama Bids > Bid Detail

C1DA--AE Design- Project #521-24-101 - Replace/Upgrade Electrical Switchgear Phase IV

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159796457379287
Posted Date: Apr 13, 2023
Due Date: May 15, 2023
Solicitation No: 36C24723R0068
Source: https://sam.gov/opp/a525eae1d0...
Follow
C1DA--AE Design- Project #521-24-101 - Replace/Upgrade Electrical Switchgear Phase IV
Active
Contract Opportunity
Notice ID
36C24723R0068
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 13, 2023 10:58 am CDT
  • Original Response Date: May 15, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • 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 St S Birmingham , AL 35233
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330.
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 # 521-24-101 Replace/Upgrade Electrical Switchgear Phase III. 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 Facility location:
Birmingham VA Medical Center
700 19th St S,
Birmingham, AL 35233
3. 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 38 CFR, 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 852-219-10, 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 Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vip.vetbiz.gov , 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 Center for Veterans Enterprise (CVE) 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 13 CFR 125.15 prior to contract award.
4. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 521-16-103 Replace/Upgrade Electrical Switchgear Phase III. The estimated magnitude of construction for this project is between $5,000,000.00 and $10,000,000.00. 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 $22.5 million.
5. The primary place of performance will be at the Consultant s facility; however, some may require work to be performed at Government facilities. Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO).
6. Project Information/Statement of Tasks: The AE shall provide technical services for the complete design for Project #521-24-101, Replace/Upgrade Electrical Switchgear Phase IV. Required documents typically include schematics preliminary plans, working drawings, phasing plans, specifications, cost estimates, and construction documents (final drawings, specifications, and cost estimate). The intent of this project is to replace existing electrical distribution system components which have been identified on the facility condition assessment as having reached the end of their useful life in various areas of the Birmingham VA Medical Center. Work may include, but is not limited to, architectural, electrical, HVAC, fire protection and plumbing.
7. 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.
Specialized experience and technical competence in the type of work required, 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. (Include Government and private Experience on similar projects)
Capacity to accomplish work in the required time.
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.
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 400-miles of Birmingham VAMC. The Government will use

MapQuest to determine milage from AE Firms Offices or Branch Offices to Birmingham VAMC.
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.

Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (Awards, Outstanding Merits, Recommendations.
Specific experience and qualifications of personnel proposed for assignment to the project.
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, accessible points of contact or valid phone numbers could result in a firm being removed from consideration.
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 shall 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.
(a) Management Plan
i. Management Process
ii. QA/QC
iii. Cost Control/Design within Funding Limitations
iv. Schedule Control
(b) Proposed Design Approach
(c) Estimating Effectiveness
(d) Capacity to accomplish the work in the required time.
(e) Awards received

(5) Copy of Current A/E state Engineer/Architect License
(6) Copy of current vetBiz.gov SDVOSB certification
(7) Unique Entity Identifier (UEI) Number
(8) Tax ID number
(9) 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) no later than Monday, May 15, 2023, by 10:00 CST. Email capacity is limited to five (5) to seven (7) megabyte (Megs).
c. All SF330 submittals and questions must be sent electronically to the attention of Joseph Osborn, Contracting Officer at Joseph.Osborn@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 Contracting Officer Joseph.Osborn@va.gov no later than Thursday, April 27, 2023, by 10:00 CST 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
  • Apr 13, 2023 10:58 am CDTPresolicitation (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 >