Florida Bids > Bid Detail

C1DA--PROJ: 548-23-112, AE - Upgrade Exterior Signage and Wayfinding

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159593089141106
Posted Date: Dec 2, 2022
Due Date: Jan 6, 2023
Solicitation No: 36C24823Q0021
Source: https://sam.gov/opp/72f9e42d48...
Follow
C1DA--PROJ: 548-23-112, AE - Upgrade Exterior Signage and Wayfinding
Active
Contract Opportunity
Notice ID
36C24823Q0021
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
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: Dec 02, 2022 08:35 am EST
  • Original Published Date: Nov 22, 2022 10:11 am EST
  • Updated Response Date: Jan 06, 2023 02:00 pm EST
  • Original Response Date: Dec 07, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 07, 2023
  • Original Inactive Date: Feb 05, 2023
  • Initiative:
    • None
Classification View Changes
  • 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:
    West Palm Beach VA Medical Center 7305 N Military Trail , FL 33410
    USA
Description View Changes



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.
INTRODUCTION: This is a Pre-Solicitation Notice for Project Number 548-23-112 that requires Architect and/or Engineering (AE) Design Services for the Upgrade Exterior Signage and Wayfinding project at the West Palm Beach VA Medical Center located at 7305 N Military Trail, West Palm Beach, Florida 33410. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS code for this procurement is 541330 Engineering Services and the annual small business size standard is $22.5M. This project requires a full design team to complete this project. The projected award date for the anticipated AE contract is on or before April 1, 2023. All information needed to submit SF330 documents is contained herein. The magnitude for construction (not design) of this project is between $250,000.00 and $500,000.00.
Federal Acquisition Regulation (FAR) 36.6 selection procedures apply. The architectural/engineering services listed herein are being procured utilizing the Selection of Architects and Engineer s statute, also known as the Brooks Act or Qualifications Based Selection (QBS), FAR Part 36.6, VAAR Part 836.6, and VAAM Part 836.6. All submissions will be evaluated in accordance with the evaluation criteria identified in the Selection Criteria (see paragraph 11 below). Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents.
DESCRIPTION: The Government is seeking an AE firm to provide all professional services, to include environmental graphic design services, required for the design of Upgrade Exterior Signage and Wayfinding at the West Palm Beach VA Medical Center (WPBVAMC) located in West Palm Beach, Florida. The project will plan, design and program an exterior sign and graphics program for the WPBVAMC. The exterior sign program will provide directional wayfinding and identify buildings, parking garages, parking lots, vehicle routes, pedestrian routes and all areas of interest. This includes design proposal for campus perimeter / entry points, new or upgraded monument and/or marquee signs and parking garage signage. During the course of the development of the directional wayfinding sign program for the exterior, coordination will be conducted to identify site circulation issues for both vehicles and pedestrians that can be improved to provide better circulation and parking for patients and visitors. The sign program design look will be developed to coordinate with the VA Signage Design Guide (see Technical Information Library discussed in paragraph 4 below) utilizing a component base sign system. The exterior sign area of work at WPBVAMC, is defined as the entire campus, garage and any roadway directional signs adjacent to all perimeter entry points. See attached statement of work for more detailed information.
The review/design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished by architects or engineers registered in a State or possession of the United States, or in Puerto Rico or in the District of Columbia and be authorized to complete professional design services in the state of Florida.
The project drawings/design shall follow applicable standards and codes described in VA Program Guides and design materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are available in the Technical Information Library (TIL) on VA Website address: http://www.cfm.va.gov/til/.
The awarded AE firm will prepare drawings and specifications in sufficient detail such that qualified outside general contracting companies can prepare accurate and timely proposals for the desired work. The awarded AE firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE firm to minimize the impact of the construction.
All offerors are advised that in accordance with VAAR 836.606-71, the total cost of the contract for AE services must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm selected to complete the design.
Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Selection shall be in order of preference from the firms considered Most Highly Qualified. Questions may be directed only by e-mail to anthony.caruvana@va.gov.
In accordance with FAR 36.209 Construction Contracts with AE Firms and 36.606 (c), all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that ultimately designs this requirement.
The selection of the most qualified contractor will follow the guidance provided in FAR 36.6 Architect-Engineer Services. Additionally, this solicitation is also issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors. Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms, as there is a reasonable expectation that two or more offers from SDVOSB contractors will be received under this solicitation.
Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status and ownership and control sufficient to establish appropriate status. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz.gov at the time SF-330s are submitted will result in the offeror s proposal/SF 330 being determined ineligible for award. All offerors are urged to contact the CVE and submit required documents to obtain CVE verification of their SDVOSB status if they have not already done so.
SF 330s will be evaluated in accordance with the selection criteria as stated in this pre-solicitation notice. The evaluation will determine the most highly qualified firm for this requirement. The most highly qualified firm will be selected and subsequently sent a solicitation. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made or the requirement is cancelled. A site visit may be authorized for the highest rated firm during the negotiation process at no-cost to the Government.
SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance to evaluate firms:
SF 330 Evaluation
Factor 1: Professional Qualifications
Subfactor 1A - Professional qualifications necessary for satisfactory performance of A/E services necessary to complete the type of work required.
Subfactor 1B - Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Factor 2: Specialized Experience and Technical Competence
Subfactor 2A - Specialized experience and technical competence.
Subfactor 2B - Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team.

Factor 3: Capacity to accomplish the work in the required time.

Factor 4: Past Performance
Subfactor 4A - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules
Subfactor 4B - Record of significant claims against the firm because of improper or incomplete architectural and engineering services.

Factor 5: Location - Location in the general geographical area of the WPBVAMC and knowledge of the locality of the facilities; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract.

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.
Firms must affirmatively acknowledge that they will commit to the use of SDVOSBs to the maximum extent practicable.
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.

SUBMISSION REQUIREMENTS: All responding firms are required to submit Standard Form 330, Architect Engineer Qualifications, Part I and Part II. The SF 330, Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and subcontractors proposed to work on the contract and their geographical location.
You must submit your qualifications, and any supplemental information (such as past performance, spreadsheets, backup data, technical information), electronically to anthony.caruvana@va.gov no later than the due date and time of the submission.
Files must be readable using the current Adobe Portable Document Format (PDF). When submitting construction drawings, contractors are required to submit one set in AutoCAD and one set in Adobe PDF.
SF 330 submissions received after the due date and/or time will be handled IAW FAR 15.208 (b).
Please see FAR 15.207(c) for a description of the steps the Government shall take regarding unreadable offers.
To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.
Password protecting your offer is not permitted.
Please note that the Government can no longer accept .zip files.
SF 330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of twenty (20), single-sided, single-spaced, and numbered pages. This includes title page, table of contents, and any other relevant information. If more than twenty (20) single-sided pages are submitted, all pages after twenty (20) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports and Past Performance Questionnaires will not count as part of the page limitations.
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.
Submission email subject line must be labeled Qualifications for the Upgrade Exterior Signage and Wayfinding Solicitation Number 36C24823Q0021 .
All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Dun & Bradstreet Number (if assigned, historical purposes); 3) SAM.Gov Unique Entity Identifier (UEI); 4) Tax ID Number; 5) E-mail address and Phone number of the Primary Point of Contact; 6) A copy of the firms Vet Biz Registry.
All Joint Ventures must be CVE verified at time of submission and firms shall submit agreements that comply with 13 CFR 125.15 prior to contract award.
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 questions shall be submitted via email Anthony.caruvana@va.gov by December 16, 2022, at 2:00 PM Eastern Time.
VA Primary Point of Contact:
Anthony Caruvana, NCO 8 Contract Specialist
Email: Anthony.caruvana@va.gov

See attached document: SOW Upgrade Exterior Signage and Wayfinding Rev 4 (79 Pages).
See attached document: Past Performance Questionnaire (4 Pages).
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • 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 >