Alabama Bids > Bid Detail

C1DA--AE Project: 619A4-23-111, Replace Sewer Lift Pump in Building 12

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159829461756662
Posted Date: Nov 23, 2022
Due Date: Nov 28, 2022
Solicitation No: 36C24723R0015
Source: https://sam.gov/opp/405b39a5e5...
Follow
C1DA--AE Project: 619A4-23-111, Replace Sewer Lift Pump in Building 12
Active
Contract Opportunity
Notice ID
36C24723R0015
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 23, 2022 10:58 am EST
  • Original Published Date: Oct 26, 2022 03:41 pm EDT
  • Updated Response Date: Nov 28, 2022 01:00 pm EST
  • Original Response Date: Nov 28, 2022 01:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 07, 2023
  • Original Inactive Date: Mar 07, 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:
    Central Alabama Veterans Health Care System West C 2400 Hospital Rd Tuskegee , AL 36083
Description View Changes

The following responses are provided to address questions received regarding this project:



1. Is there information like drawings and manufacturer data available about the current equipment and configuration?



Due to the age of the pumps, these pumps were likely hand machined locally, and no data is available about the pump. The current equipment and configuration will be provided to the AE selected for the project.



2. Is all of the work confined to the interior of Building 12?



The work should be confined to the interior of Building 12. There is no reason to work outside the building or in another building.



3. How much interior work is anticipated?



All of the work is anticipated to be interior. The amount/scope of work will depend on the design.



4. Is the intent to replace the pump in the same location?



It makes sense to replace the pump in the same location but those are design factors for the designer to figure out. There is space to move the new pump near the old pump. But parts of the design that may impact this are that the old pump will have to be removed and service with this pump or another way, will have to remain to the buildings serviced by this pump to prevent an infection control issue.



5. Verify that this is a sanitary sewer pump system.



This is a sanitary sewer pump system that is currently operational but has no redundancy if the pump were to malfunction because there are no replacement parts due to its age and design.





END OF RESPONSES







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 # 619A4-23-111 Replace Sewer Lift Pump in Building 12 at Tuskegee, AL at the Central Alabama 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: Central Alabama Veterans Health Care System West Campus, 215 Perry Hill Rd Montgomery, AL 36109 Central Alabama Veterans Health Care System East Campus, 2400 Hospital Rd Tuskegee, AL 36083 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 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 852-219-10, 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.vetbiz.va.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 13CFR 125.15 prior to contract award. 4. Contract Information: A Firm Fixed Price A/E Design service contract is contemplated for Project # 619A4-23-111 Replace Sewer Lift Pump in Building 12. The estimated magnitude of construction for this project is between $500,000 to $1,000,000. The estimated/target design completion period is 180 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. 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 400 miles of CAVHCS- East Campus 2400 Hospital Rd, Tuskegee, AL 36083. Eligible prime contractor firms must have a main and/or branch office geographically located within the 400mile driving distance. Offers outside the 400mile driving distance will not be considered. (Determination of mileage eligibility will be based on upon www.mapquest.com) 6. Project Information/Statement of Tasks: Provide Professional (PE) Architectural / Engineering services to verify existing conditions and utilities design and prepare contract working drawings and specifications for Project No. 619A4-23-111 Replace Sewer Lift Pump in Building 12 . This project will remove and replace the current sewage lift pump in Building 12. This pump currently serves as the sewage pump for buildings 12, 13, 14, and 15(Fire Department). This project will evaluate the current plumbing requirements associated with this pump to ensure there are no deficiencies. 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. b. 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) c. 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. 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 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 400-mile driving distance. 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. or Use of Service-Disabled Veteran Owned Small Business 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) 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) Nov 28 2022, 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 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 Michael.Beitenman@va.gov no later than Nov 18, 2022by 1:00 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

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 >