Georgia Bids > Bid Detail

C1DZ--Emergency Department Minor Design Augusta Augusta, Downtown (Proj No. 509-330 )

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159851712856583
Posted Date: Jan 18, 2023
Due Date: Feb 21, 2023
Solicitation No: 36C77623R0044
Source: https://sam.gov/opp/2862a10a7d...
Follow
C1DZ--Emergency Department Minor Design Augusta Augusta, Downtown (Proj No. 509-330 )
Active
Contract Opportunity
Notice ID
36C77623R0044
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 18, 2023 12:49 pm EST
  • Original Response Date: Feb 21, 2023 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Charlie Norwood VA Medical Center Downtown Division Augusta , GA 30901
    USA
Description
PRESOLICITATION NOTICE
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS 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 FOR, 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
The 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 the development of complete construction documents, which include working drawings, specifications, reports and construction period services for Project #509-330 Minor Design - Construct New Emergency Department at the Charlie Norwood VA Medical Center (VAMC) Downtown Division located at 950 15th St., Augusta, GA 30901. The A-E Services contract that is 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 (SDVOSB) concerns. The NAICS code for this procurement is 541330 Engineering Services and the annual small business size standard is $25.5 million. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is around June 2023.
The anticipated period of performance for completion of design is 400 calendar days after notice of award. The VAAR Magnitude of Construction for this project is between $10,000,000 and $20,000,000.
3. SELECTION CRITERIA:
Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria.
Primary Selection Criteria:

Specialized experience and technical competence for the development of construction documents for new Emergency Department of 13,750 DGSF and enclosure path to existing Hospital Main building. Work shall include the design submissions, Site investigation/field verification services, Construction Documents, technical specifications, cost estimates, reports, and construction administration services for the project. The A/E shall develop the construction documents with Specifications, Narratives, and Cost Estimates for all disciplines involved in the design of the new and remodeled space. A/E shall provide all necessary/required professional engineering services to include, but not limited to investigative evaluation/ design services, tools, equipment, materials, labor, travel, expertise, supervision, testing, geotechnical, analysis, and specialty services. The A/E shall prepare an analysis for the building and it s siting, aesthetics, and utility connections near existing and planned facilities. The A/E shall provide concept and schematic design drawings, feasibility recommendations and cost estimates for the configuration of the new space. The following design parameters shall be considered and addressed: Building profile and function; Equipment layout and requirements, Access to the building; Analysis of phasing of the construction, Analysis of workflow with co-located buildings; Analysis of utilities and infrastructure to be upgraded or modified; Additional utilities to operate and function to current requirements; and New efficient ways of performance and service for the Emergency Department.

The evaluation may consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards.

These areas shall be addressed in section H of the SF 330. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation.
Offeror shall provide a minimum of 2 (two) but no more than 4 (four) recent and relevant projects to demonstrate its specialized experience and technical competence. Relevant is defined as those task requirements identified in the Scope of Work. Recent is define as services provided within the past 5 (five) years. 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, Interior Design, Life Safety, Civil, Structural, Mechanical/ Plumb-ing, Fire Protection, Electrical, Geotechnical, Hazardous Material Abatement/Industrial, Security, Commissioning, Special Systems and Equipment, Environmental, Energy & Resource Conservation, LEED Certification, Cost Estimation, Project Management, and other investigative/technical services to design an esthetically pleasing, code compliant space. 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 (section H) to accomplish work in the required time. The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the available capacity of personnel in key discipline. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts

Past performance (section H) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or Past Performance Questionnaires (PPQ) (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Please see attached PPQ format. CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified.

The following information is required for all projects: 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.

Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated.

Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations.

Experience in construction period services for projects similar in scope to include professional field inspections during the construction period, commissioning, 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.

Secondary Selection Criterion*:
Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the:

Charlie Norwood VA Medical Center (VAMC) Downtown Division
950 15th St.
Augusta, GA 30901

Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/).
* The secondary selection criterion is used as a tiebreaker, 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.
4. 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 Kymberly.Morgan@va.gov and Maria.Rodeffer@va.gov . This shall include SF 330 and any applicable attachments.
All responses are due on or before at 1:00 PM Eastern Time on February 21, 2023.
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.
The subject line of the email shall read: SF 330 Submission; 36C77623R0044 Minor Design Emergency Department Augusta (Downtown), GA
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 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations.
All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Unique Entity Identifier (UEI); 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 via email to Kymberly.Morgan@va.gov and Maria.Rodeffer@va.gov .
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 Joint Ventures must be CVE verified at time of submission 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: https://www.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
  • Jan 18, 2023 12:49 pm ESTPresolicitation (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 >