Bid Opportunity: C1DA--AE Services -Independent Peer Review 5A Improve Clinic Space Project Number: 650-13-103 Amendment to Special Notice for SF330's

Customer Login

Government Bid Opportunity

Title:

C1DA--AE Services -Independent Peer Review 5A Improve Clinic Space Project Number: 650-13-103 Amendment to Special Notice for SF330's

Category: C - Architect and Engineering Construction

Get Started   

To view similar Open Bids we recommend the Federal, State & Local package.

Bid Details

     
Type:   Bid
Agency Type:   Federal
State:   Maine
Date Entered:   01/07/2023
Due Date:   01/14/2023
Agency:   VETERANS AFFAIRS, DEPARTMENT OF, ME
Description:   SPECIAL NOTICE FOR QUALIFICATIONS (SF-330)NAICS Code: 541330 Engineering Services (Small Business size standard $22.5 million dollars)A. INTRODUCTION:Network Contracting Office 1 (NCO 1), supporting VA New England Healthcare System (VISN 1) and VA Providence Medical Facility (Providence, RI) has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services Independent Peer Review 5A Improved clinic Space Construction, Project Number 650-13-103.B. CONTRACT INFORMATION:The VA Medical Center, 830 Chalkstone Avenue, Providence, RI has a requirement for a Firm Fixed Price contract to provide Architect/Engineer design professional services to conduct an independent peer review of the Final Construction Documents for the planned Renovate Wing 5A Improved Clinic Space Construction, the 5th floor, approximately 8,800 square feet, is proposed to be fully renovated to update the existing clinical space with various medical specialty rooms. To accomplish this work, extensive demolition and construction is required including work in areas of the 4th and 6th floors project located in Building 1 at the Providence Veterans Affairs Medical Facility, Providence, Rhode Island. Magnitude of Construction is between $5,000,000 and $10,000,000.This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the VETBIZ Vendor Information Pages (https://www.vip.vetbiz.va.gov/). VETBIZ will be used to determine SDVOSB/VOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541330 at the time SF330 s are submitted.Prospective firms are reminded they must certify that in accordance with VAAR 852.219-77, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, in the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart M836.602-1 of the VA Acquisition Manual. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of the three most highly rated after initial source selection will be chosen for negotiations of a contract award. The Government will not pay, 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. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal on the VA Form 6298 to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract.C. THIS IS NOT A REQUEST FOR PROPOSAL:This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued, and no solicitation package or bidder/plan holder list will be issued.D. PROJECT INFORMATION:The peer view shall consist of drawings, specifications, and cost estimates. The intent of the peer review is to verify that the A/E of Record s submission meets the Department of Veterans Affairs (VA) Submission Requirements and that the construction documents comply with applicable Federal, State, and local building codes, adherences to acceptable standards of professional design practice, and that the documents accurately describe, delineate, and detail the scope of the pending construction project resulting in a set of plans and specifications that are both biddable and buildable. Specific information on contract deliverables is prescribed in VA Program Guide PG-18-15: Minimum Requirements for A/E Submissions, Volume C.E. EVALUATION SELECTION CRITERIA:Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The selection criteria, in descending order of importance will be as follows:(1) Professional Qualifications (2) Specialized Experience and Technical Competence (3) Past Performance (4) Geographic Location (5) Capacity (6) Construction Period Services Experience(7) Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors F. SELECTION CRITERIA DESCRIPTIONS:The selection criteria descriptions (1 through 7) are provided below.1. PROFESSIONAL QUALIFICATIONS - Necessary for satisfactory performance of required services.The A-E Firm will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Firms are expected to demonstrate experience to perform a project such as this within a VA Medical Center or hospital environment. Each A-E Firm must submit Professional Qualifications necessary for the satisfactory performance of required A-E services in the SF 330 submission by demonstrating the requirements in Paragraphs (a) through (e) in this section. a. Identify the proposed team that will address the A-E Firm along with any key or frequent Subcontractors that will perform technical tasks for the at-issue project. b. Provide an organizational chart that displays the proposed team of the A-E Firm, any other Firms, and any key or frequent Subcontractors that will perform technical tasks for the at-issue project. c. Provide brief resumes for each Supervisor(s), Project Manager(s), and Designer(s) of Record from the A-E Firm that describes the professional qualifications associated with this project. All proposed team members/personnel must possess the minimum education, training, experience, registrations, and certifications as detailed in Paragraph (b) of this section. Each brief resume should also feature at least three (3) projects that each team member/personnel performed a significant role that will be comparable to the at-issue Install Site Security Campus Wide project. Brief resumes must also be submitted for any frequent subcontractor(s) that will perform technical tasks for the at-issue project. NOTE: Proposed team members/personnel shall also be team members/personnel of the award team. A substitution of any team member/personnel must receive prior written consent of the Contracting Officer.d. Provide proof of jurisdictional licensure with either a license or license number for each Designer of Record from the A-E Firm that will represent the project and/or sign/stamp drawings. Each Designer of Record must be licensed, certified, or registered in a State of the United States, the District of Columbia, or a United States territory for a minimum of three (3) years. The proof of jurisdictional licensure with a license or license number may be included within the brief resumes as discussed in the preceding paragraph of this section. e. Describe the Professional Qualifications for satisfactory performance of the required A-E services including, but not limited to, the following areas of discipline: ? Mechanical Engineering.? Electrical Engineering.? Control Systems engineering.? Fire Protection Engineering.? Architecture.? Specialty Work.Specialty Work, for purposes of this Professional Qualifications section, is defined as physical security engineering, and telecom engineering.The A-E Firm shall exhibit at least five (5) years of experience in each of the six (6) aforementioned areas of discipline.2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCEEach A-E Firm must submit Specialized Experience and Technical Competence in the type of A-E work required in the SF 330 submission by demonstrating the requirements in Paragraphs (a) through (c) in this section. The A-E Firm shall also review the Specialized Experience and Technical Competence factors considered in Paragraph (d) of this section. a. Provide a detailed narrative that contains no more than three (3) relevant A-E Design Services projects performed and completed within the last five (5) years. The three (3) A-E Design Services projects selected by the A-E Firm should best illustrate the relevant team experience similar in the scope and the nature of the Install Site Security Campus Wide project. Said narrative that comprises of the three most relevant A-E Design Services projects should indicate Government experience or private sector experience on existing building physical security and control systems, assessment of existing facility physical security and conversion of physical security systems similar in size, scope, and complexity. Key Factors include networked camera systems, physical security access control systems, and site infrastructure for networking including fiber optic and CAT X wiring design and installation. These three (3) most relevant projects selected by the A-E Firm for this detailed narrative must entail the A-E Firm s ability to successfully execute the requirements identified in the attached Statement of Work. b. Include within this Specialized Experience and Technical Competence section similar A-E Design Services projects to the Install Site Security Campus Wide project, which have been previously performed and completed by the A-E Firm. Similarly, A-E Design Services projects would constitute any project with the following performance components: ? Conversion of a physical access control system including upgrades or replacement. ? Assessment and remediation of physical security deficiencies of an existing campus/building. ? Site infrastructure for networked components. c. Include within this Specialized Experience and Technical Competence section any knowledge of similar projects previously performed and completed by the A-E Firm in a hospital setting or Veteran Affairs setting that required the following components: ? HVAC;? Electrical; ? Physical Access Control Systems? Networked Camera Systems? Site Infrastructure? Fire Protection;? Identification of Physical Security Deficiencies and Assessmentsd. The Evaluation Board may also consider the A-E Firm s strategic business plan under the following categorizations: ? Management Approach;? Quality Control Procedures;? Planning Information Standards; ? Coordination of Disciplines and Subcontractors;? Prior Experience of the A-E Firm;? Prior Experience of Subcontractors selected by the A-E Firm; and? Collaboration with Subcontractors selected by the A-E Firm. 3. PAST PERFORMANCEFirms will be evaluated for past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, professional performance, general management, cooperativeness, quality of work, compliance with performance schedule and a record of significant claims against the firm due to improper or incomplete engineering services (references required).Each A-E Firm must submit Past Performance on contracts with Government agencies and private industry in the SF 330 submission. The A-E Firm shall provide and demonstrate the Past Performance requirements set forth in Paragraphs (b) and (c) of this section. The A-E Firm shall also review the Past Performance descriptions and definitions in Paragraph (a) of this section as well as the factors considered in Paragraphs (d) and (e) of this section. a. Past Performance, under FAR 36.602, is described as contracts with Government agencies and private industry for recent and relevant projects in terms of cost control, quality of work, and compliance with performance schedules. Recent, for purposes of this Special Notice for Qualifications, is defined as any contract performance occurring within five (5) years of the date of this Special Notice. Ongoing projects must have begun no less than one (1) year prior to the issuance of this Special Notice.Relevant, for purposes of this Special Notice for Qualifications, is defined as past performance of work on projects that are similar in scope and complexity to the type of project anticipated under the resultant contract.Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities.b. Provide Recent and Relevant Contractor Performance Assessment Reporting System (CPARS) data. Government Past Performance Information Systems may be accessed. c. Provide the following information for each Recent and Relevant Past Performance contract:? Contract Number and/or Task Order Number.? Obligation Number/Purchase Order (PO) Number. ? Project Title.? Prime Firm Name.? Start Date.? Completion Date; and? Construction Dollar Amount. d. Past Performance criterion may also include (i) additional performance related from the A-E Firm, (ii) customer inquiries, (iii) Government databases, (iv) publicly available sources, and (v) additional projects in CPARS other than in Paragraph (b) of this section.e. It is recommended that each Past Performance reference provided to the Government may be notified by the A-E Firm that a Contracting Officer will contact each Past Performance reference.4. GEOGRAPHIC LOCATION AND LOCALITY KNOWLEDGE Each A-E Firm must submit information relating to the general geographical location area of the project and locality knowledge of the project in the SF 330 submission by demonstrating the requirements in Paragraphs (a) through (c) in this section. a. Provide the name and address of the A-E Firm s nearest branch or satellite office in geographic proximity to the Providence VAMC located in Providence, Rhode Island. b. Provide familiarity with the Providence VAMC. Familiarity with the Providence VAMC may constitute the following components: ? Travel to and from the location of the Providence VAMC. ? Travel through the surrounding areas of the New England region. ? Climate of the New England region.? Major roadways surrounding the metropolitan area of Providence, Rhode Island; and? Other sufficient transportation methods through Providence, Rhode Island.The locality knowledge element of this project is essential, which may be affected by the climate, roadway conditions, and unforeseen circumstances in the New England region. c. Provide any A-E Design Services projects previously completed by the A-E Firm for the Government within the past two (2) years at the Providence VAMC or in the New England region of NCO 1 (Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, and Vermont). For each A-E Design Services project previously completed within the past two (2) years at the Providence VAMC or in the New England region of NCO 1, provide the following project details: ? Contract Number and/or Task Order Number.? Obligation Number/Purchase Order (PO) Number. ? Project Title.? Start Date; and? Completion Date.5. CAPACITYEach A-E Firm must submit the Capacity to accomplish the work in the required and allotted amount of time in the SF 330 submission by demonstrating the requirement in Paragraph (a) of this section. The A-E Firm shall also review the Capacity factors considered in Paragraph (b) of this section. a. Provide the available capacity in the six (6) required areas of discipline for this project, as previously denoted in Paragraph (c) of the Professional Qualifications section, by furnishing current project workload that includes all projects awarded during the previous twelve (12) months and the full potential value of said projects. b. The Evaluation Board will consider the A-E Firm s plan and ability to fulfill the schedule and timelines of the overall project. The Evaluation Board will also consider the available capacity of the A-E Firm to provide adequate personnel that properly execute the six (6) key disciplines of the at-issue project. 6. CONSTRUCTION PERIOD SERVICES EXPERIENCEEach A-E Firm must submit information relating to Construction Period Services Experience in the SF 330 submission by demonstrating the requirement set forth below in this section. Describe Construction Period Services Experience for projects similar in scope and complexity, which may include, but is not limited to, the following aspects:? Professional field inspections during the construction period.? Review of construction submittals and/or requests for information.? 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. COMMITMENT TO THE USE OF SDVOSB, VOSB, AND OTHER SMALL BUSINESSES SUBCONTRACTORS: Respondents must provide a narrative on how they will commit to the use of Service-Disabled Veteran-Owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Prospective firms are reminded they must certify in accordance with VAAR 852.219-77, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction.G. QUESTIONS AND COMMENTS:a. Questions and comments regarding this notice must be submitted by email only to the Contract Specialist Kathleen Mills at Kathleen.Mills@va.gov. b. Oral questions will not be answered.H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS:a. SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no laterthan 3:30PM EST on January 10, 2023. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, andmodifications are submitted by this time.b. Qualified A/E firms are required to submit ONE (1) electronic copy via email to Kathleen.Mills@va.gov. If file size exceeds 7MB then firms are required to send multiple emails with a sequence stating email 1 of __ .SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SFc. Submission of information incorporated by reference is not allowed.d. Prospective firms shall address all selection criteria factors within their submitted SF 330 package.e. Submissions are limited to 85 pages.i. Absolutely no photographs shall be submitted.ii. Title pages and tables of contents, if applicable, are excluded from the page count limitation.iii. Pages submitted in excess of the limitations specified in this Notice will not be evaluated byNCO 1.f. Telephone or Fax inquiries will not be accepted.I. SF 330 PACKAGE CONTENTS:a. The SF 330 submittal packages shall consist of a completed SF 330 parts I and II, specificinformation addressing each of the SIX selection criteria described in this Notice; theadditional information required by this Notice and past performance questionnaire section A.b. Respondents are required to meet all requirements in addition to those identified as selectioncriteria.c. SF 330 submittal packages not consistent with the requirements and selection criteria of thisNotice may be determined unacceptable and removed from consideration.d. Any SF 330 submittal package, modification, or revision, that is received at the designated NCO 1office after the exact time specified for receipt is late and will not be considered unless it is received before award is made, the contracting officer determines that accepting the latesubmittal would not unduly delay the acquisition; and There is acceptable evidence to establishthat it was received at NCO 1 installation designated for receipt of submittal packages and wasunder NCO 1 s control prior to the time set for receipt of submittal packages; or it was the onlysubmittal package received.J. SF 330 PACKAGE PREPARATION:a. Qualified A/E firms are required to submit ONE (1) electronic copy via email toKathleen.Mills@va.gov SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF b. Electronic copy shall be in searchable PDF format of the SF 330 parts I and II, questionnaireSection A and additional information requested by this Notice.c. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9-digit zip code, phone number, e-mail address, DUNs number, date of response, title, and Notice identification.d. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference.e. A table of contents shall be provided for ready reference to sections and figures.f. SF 330 submittal packages shall be consistent with the following structure and formattedaccordingly:SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS1. Sections A through D2. Section E3. Section F4. Section G5. Section H6. Section I7. Other additional information and attachmentsSF 330 PART II GENERAL QUALIFICATIONS(Note: Respondents shall clearly label additional information and attachments).K. FAR and VAAR:The FAR and VAAR citations referenced in this Special Notice can be accessed via the following internetlinks: https://www.acquisition.gov/far/index.htmlVAARhttps://www.va.gov/oal/library/vaar/index.aspVAAMhttps://www.va.gov/oal/library/vaam/END OF SPECIAL NOTICE
241-NETWORK CONTRACT OFFICE 01 (36C241) Department of Veterans Affairs Medical Center 04330 ONE VA CENTER TOGUS ME 04330 Kathleen I Mills, kathleen.mills@va.gov, Phone 401-459-4760 x-1591, Email kathleen.koseoglu@va.gov
RFP Number:   36C24123R0011
Bid Documents:   Download Document
The official solicitation bid document(s) posted by the agency, often including detailed specifications, requirements, forms and directions necessary for bid submission.
     

Related Info

More bids and rfps in:
Most popular bid categories:
Construction bids, Architectural and Engineering bids, Grounds and Landscaping bids, IT/Technology Consulting bids, Janitorial and Cleaning bids, Security and Safety bids, View all categories »
Most popular bidding states:
California bids, Texas bids, Florida bids, Massachusetts bids, Georgia bids, New Jersey bids, North Carolina bids, New York bids, View all regions »

Help Navigation

About GovernmentBids.com | Alternative To FBO | Help | Watch Overview | Site Map | Legal Notice | Privacy Policy | Terms & Conditions

Copyright © GovernmentBids.com - All rights reserved.