Florida Bids > Bid Detail

C1DB--CBOC Renovation Brooksville VAMC Architect / Engineer Services (VA-22-00081701)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159518298536256
Posted Date: Jan 26, 2023
Due Date: Feb 8, 2023
Solicitation No: 36C77623R0037
Source: https://sam.gov/opp/90cc80953a...
Follow
C1DB--CBOC Renovation Brooksville VAMC Architect / Engineer Services (VA-22-00081701)
Active
Contract Opportunity
Notice ID
36C77623R0037
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 26, 2023 11:42 am EST
  • Original Published Date: Dec 12, 2022 02:46 pm EST
  • Updated Response Date: Feb 08, 2023 12:00 pm EST
  • Original Response Date: Dec 19, 2022 03:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 30, 2023
  • Original Inactive Date: Mar 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DB - ARCHITECT AND ENGINEERING- CONSTRUCTION: LABORATORIES AND CLINICS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    14540 Cortez Blvd Ste 108 Brooksville , FL 34613
    USA
Description
PRESOLICITATION NOTICE
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION 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, 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:
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 Project #673-901 CBOC Renovation design project located at the Brooksville VA Medical Center (VAMC), 14540 Cortez Blvd Ste 108, Brooksville, FL 34613. The A-E shall include site visits, field investigation, studies and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to investigate/evaluate design services, tools, equipment, materials, labor, travel, expertise, supervision, testing, analysis, and specialty services to accomplish all items and requirements outlined in the SOW. The building is approximately 48,000 sq ft, of which 10,410 sq ft is currently occupied by the VA. This project will renovate the entire facility to include site work, drainage, parking and security.
The A-E Services contract 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 Concerns (SDVOSB). The NAICS Code for this procurement is 541310 Architectural Services and the annual small business size standard is $11M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before March 15, 2023.
The anticipated period of performance for completion of design is 239 calendar days after notice of award. The FAR 52.236-22 Design Within Funding Limitation (APR 1984), for this project is between $1M and $2M.

3. SCOPE OF DESIGN
The scope of this project is the following infrastructure improvements to the Brooksville VAMC:Â A/E Part One Services (also known as Design Phase) for this design project include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to investigate/evaluate design services, tools, equipment, materials, labor, travel, expertise, supervision, testing, analysis, and specialty services to accomplish all items and requirements outlined in the SOW. The building is approximately 48,000 sq ft, of which 10,410 sq ft is currently occupied by the VA. This project will renovate the entire facility to include site work, drainage, parking and security.

The A-E shall be professionally licensed in any state in the United States. The A-E is responsible for all services to complete the deliverables listed in the Statement of Work (SOW) (See Attachment 1 FINAL SOW). The deliverables outlined in the SOW are inclusive of the following: Quality Assurance/Quality Control Plan, basis of design, schematic design (30%), design development (60%), contract documents (90%), final bid documents (100%), and construction period services. The deliverables schedule can be found in the SOW.

Please note that the 239 calendar day period of performance for the design completion begins with the issuance of the Notice of Award and that a Notice to Proceed will not be issued for the completion of a design project. The construction period services will be option items that will be exercised after the award of the construction project. The period of performance for construction period services will match the period of performance for the construction project.
4. A-E SELECTION PROCESS:
Responsive firms submitting SF-330 s in response to this announcement not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. The selection process will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. A minimum of three (3) of the highest rated firms will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of Written Responses for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for Written Responses will be notified by email of selection and provided further instructions and the evaluation criteria requirements. After the Written Responses are received, the firms will be evaluated and the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be required for the highest rated firm during the negotiation process. Award selection will be made based on the results of the Written Responses and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made.

Please note that during the evaluation of the written responses, the prior evaluation of the SF 330s will not be taken into consideration as they are separate evaluations.

5. PHASE I SF330 SELECTION CRITERIA:
The following are listed in descending order of importance.
Primary Selection Criteria:

Specialized Experience: in the design of a construction project to renovate the entire facility to include site work, drainage, parking and security. The design needs to include a phasing plan to ensure the CBOC remains operational during construction. This shall include, but is not limited to: investigative/ evaluation/ design services, tools, equipment, materials, labor, travel, expertise, supervision, testing, analysis, and specialty services to accomplish all items and requirements outlined in the SOW. The building is approximately 48,000, of which 10,410 is currently occupied by the VA.

Offeror shall provide a Summary Page of its recent and relevant specialized experience and technical competence which is similar in size, scope and magnitude to this requirement. Relevant is defined as those task requirements identified in the RFP s Scope of Work. Recent is define as services provided within the past 5 (five) years.

Offeror shall provide a minimum of 2 (two) projects but no more than 4 (four). 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: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security (note must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International), 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: Capacity to accomplish work in the required time. The evaluation will consider the firm s ability to meet the compressed schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the available capacity of key disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value of any current indefinite delivery contracts.

The information for this factor shall be provided in Section H of the SF 330. Please
ensure the capacity applies toward the team/personnel provided in the SF 330.

Past Performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in section F: 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.

Evaluations will consider superior performance ratings on recently completed projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract.

The information for this factor shall be provided in Section H of the SF 330. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document.

Locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, working with and local construction methods or local laws and regulations.

The information for this factor shall be provided in Section H of the SF 330. The information for this factor shall be provided in Section H of the SF 330. Note that the intent of this factor is to showcase a firm s understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firm s location, shall be provided in section H, under Secondary Selection Criteria Factor 1.

Construction Period Services: 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, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meetings between the AE, VA, and contractors, pre-final inspection site visits, generation of punch-list reports, and production of as-built documentation.

The information for this factor shall be provided in Section H of the SF 330.

Secondary Selection Criteria:

Geographic Location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Brooksville VAMC in Brooksville, FL. Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/).

* The secondary selection criterion is used as a tie-breaker, 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 Excellent, Acceptable, Good, Marginal, or Unacceptable.

The information for this factor shall be provided in Section H of the SF 330.

6. PHASE II WRITTEN RESPONSES SELECTION CRITERIA:
In accordance with FAR 36.602-3(c), discussions will be conducted in the form of written responses. The selected firms will be invited to provide their written responses to predetermined questions via email to the A-E Evaluation Board. The instructions for the written responses will be provided to the selected firms only. Each selected firm will be evaluated based on their written responses. The top-rated firm will be selected based on their rating from the written responses. The previous ratings from the SF330 evaluations are not applicable during Phase II.

Below are the evaluation factors for the written responses. The factors are listed in equal order of importance.

Proposed Management and Coordination Plan: Discuss confidence and approach to completing a project of this scale with an expedited period of performance. Explain quality control methods that will be used throughout each design phase, and prior to each submission. Describe strategy for control of estimated cost, and solutions for anticipated problems. Discuss proposed design team, their specific strengths, and experience that make them the best fit for this project. Discuss how the design teams will work together, and with the VA, to keep this design on schedule, within budget, and compliant with VA design requirements.

Approach to Project Challenges: Discuss approach to overcome geographical obstacles considering the amount of site visits needed for this specific project (address both design phase site visits as well as CPS visits). Discuss ability, familiarization, or experience with VA design guides and directives and their interpretations and application to this design. Describe plans with this project to ensure VA requirements are kept current, and specified equipment will be TRM approved.

Proposed approach to Design Development: Discuss plan to ensure specifications and drawings are well edited, accurate, all inclusive, and coordinate with each other. Discuss approach to evaluate existing site conditions and ensure new work will not conflict with existing work.

Expectation for VA AE collaboration: Discuss what expectations the AE firm would have from the VA for this project. Describe strategy for collaboration meetings throughout each phase and their significance to the overall end-product.

7. 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 Joshua Slapnicker at joshua.slapnicker@va.gov. This shall include Parts I and II and any applicable attachments.
The SF-330 submission is due by 12:00 PM ET ON FRIDAY 27 JANUARY 2023.
The SF-330 shall be submitted in one email and have a file size that shall be no larger than 5 MB. No hard copies will be accepted.
The subject line of the email shall read: SF-330 Submission; 36C77623R0037 CBOC Renovation - Brooksville .
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 FIFTY (50) pages. This includes CPARS and/or PPQs and any other relevant information. Each page shall be in Arial or Times New Roman, size 12 font, single spaced. The title page, table of contents and Part II of the SF-330 Form will NOT count as part of the page limitations.
A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project.
All SF-330 submissions must include the following information either on the SF 330 or by accompanying document:
Cage Code; 2) Dun & Bradstreet Number; 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 to joshua.slapnicker@va.gov. The cutoff date for question submission is 2:00 PM ET ON FRIDAY 16 JANUARY 2023. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities.
NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at time of SF330 Submission, Written Responses, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award.
All Joint Ventures must be CVE verified at time of SF330 and Written Responses submissions and award 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: www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s.
Attachments/Links
Contact Information
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 >