C1DZ--Architectural and Engineering (A/E) Services Multiple Award Indefinite Delivery Indefinite Quantity Minimum Guarantee Coatesville VA Medical Center

expired opportunity(Expired)
From: Federal Government(Federal)
36C24423R0079

Basic Details

started - 13 Feb, 2024 (2 months ago)

Start Date

13 Feb, 2024 (2 months ago)
due - 28 Mar, 2024 (29 days ago)

Due Date

28 Mar, 2024 (29 days ago)
Pre-Bid Notification

Type

Pre-Bid Notification
36C24423R0079

Identifier

36C24423R0079
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103372)VETERANS AFFAIRS, DEPARTMENT OF (103372)244-NETWORK CONTRACT OFFICE 4 (36C244) (6041)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 8 of 8 VETERANS AFFAIRS MEDICAL CENTER, COATESVILLE, PA MULTIPLE AWARD A/E IDIQ REQUEST FOR SF330 ACQUISITION INFORMATION: The Department of Veterans Affairs, VA Medical Center (CVAMC), in Coatesville, PA is seeking professional Architectural and Engineering (A/E) services for a Multiple Award Architectural/Engineering Indefinite Delivery Indefinite Quantity Contract. This announcement is being issued in accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. A/E firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF330 (7/2021 Edition) and appropriate documentation from qualified and eligible firms classified as 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS (SDVOSB). Project Duration: The period of performance for the IDIQ is for Ten (10) years. The Department of Veterans Affairs, Network
Contracting Office 4, is issuing this request for SF330 packages to provide Architect-Engineering Services for a Multiple Award, A/E IDIQ for the Coatesville Veterans Affairs Medical Center, located at 1400 Blackhorse Hill Road, Coatesville, PA 19320. Responses are invited from Architectural/Engineering, Landscape Architect, or Civil Engineering firms that possess the following North American Industry Codes (NAICS) 541310, Architectural Services, size standard $12.5M apply and/or NAICS 541330, Engineering Services, size standard $25.5M apply, to provide Indefinite Delivery Indefinite Quantity professional services for design and construction related work. Responses will not be considered as proposals. The firm must show the capacity to provide services within the geographical area of the VA Medical Center in Coatesville, PA. SF330 responses must be submitted via electronic mail by March 28, 2024 by 4:30 PM Eastern Standard Time (EST). Interested A&E firms shall submit their SF330 (7/2021 Edition) and appropriate documentation to the e-mail address below: Benjamin.Villasenor@va.gov Approximately eight (8) Service-Disabled Veteran Owned Small Business (SDVOSB) A/E firms will be awarded a contract. The maximum combined task order amount will be $6,000,000.00 for each individual contract awarded. The contract will last up to ten (10) years unless the $6,000,000.00 limit is reached first. A Task Order will be released against the base contacts for each project required. The scope and dollar amount of these projects may range from $2,000.00 to $3,000,000.00. A $1,000.00 minimum guarantee will be awarded for each contract if no task orders are awarded at the end of the ten (10) years. Task Orders for this contract will be issued from the Coatesville VA Medical Center Contracting Office, Coatesville, PA. Projects will be for the Coatesville VA Medical Center only. PHASE I OF THE SELECTION PROCESS: The initial evaluation of the packages (Phase I) will determine which firms are the most highly qualified firms. The Selection Board will produce a list with a narrative explanation supporting the rankings. Where firms are rated the same adjective, credence will be given to the importance of the factors. The Source Selection Authority will then select approximately twelve (12) for interviews. PHASE II OF THE SELECTION PROCESS: Phase II of the selection process will include inviting approximately twelve (12) firms that progress from Phase I to the Coatesville VAMC or online for an interview/presentation session. The twelve (12) firms will then be narrowed to about eight (8) firms for contract award. The criteria for selection during Phase II of the selection process shall contain the criteria for Phase I and the additional criteria labeled Phase II. The overhead rate for the duration of the eight (8) contracts will be negotiated prior to award. EVALUATION CRITERIA: Offerors will be evaluated on their Proposed Team, Previous Experience, Project Control, Proposed Design and Estimation Approach, Location and Knowledge of Local Area, Past Performance and Estimating Effectiveness. The Statement of Work (SOW) includes new construction, renovations, major modernizations, building additions, historic restorations, hospital design, VA projects, among other tasks listed in the SOW. The A/E selection criteria for this acquisition are listed in descending order of importance. Sub-elements are of equal importance. FACTOR 1: PROPOSED TEAM (Phase I &II) Offerors must provide background of firms (prime and sub-consultants), Project Manager Subcontractors/consultants for each engineering specialty (included but not limited to: Civil, Structural, Architectural, Electrical, Mechanical) and list of key personnel with professional registrations, certifications, licenses and/or other relevant credentials (ex. Registered Architect-RA, Professional Engineer-PE, LEED Accredited Professional, Certified Planner. List all State registrations for individuals licensed in multiple jurisdictions. Offerors shall identify and provide resumes of all key personnel. Key personnel are those who will be directly involved in providing the contract services and will be evaluated on education, project experience, technical ability and other relevant qualifications that will provide the best opportunity for the successful completion this contract. Indicate specific role of key personnel for this contract and their level of involvement in example projects under Section G in Part 1 of the SF330. Offerors must provide an organizational chart identifying key personnel for this contract. Additionally, offerors must provide a management plan which describes the firm's ability to accomplish work with in-house personnel either onsite or at branch offices, and clearly delineate what work will be performed by subconsultants. Proposals will be evaluated on how teams are organized, effectiveness of the organization, how well the teams work together, how they will maintain good working relationships; that roles, responsibilities and authorities are clearly established. The evaluation will also consider the firm's present workload and the availability of the project team for the specified contract performance period. This information shall be presented numerically. Evaluation will be given to the firms based on available workload. Specify the percentage of work on each project performed by each partner, if the project is a joint venture. If supplemental resources are needed, identify how the resources will be obtained through partnering or teaming. The contractor shall provide a summary identifying the extent to which it commits to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Proposed subcontractors shall be identified by business type, SAM UEI number and percentage of work to be performed. Knowledge of the offerors and proposed subcontractors can be used by the source selection board for this factor. FACTOR 2: PREVIOUS EXPERIENCE OF PROPOSED TEAM - (Phase I &II) Offeror shall include a summary table displaying the total number of projects completed in each category: VA Medical Centers, Government, Military construction, Non-Government Healthcare Medical Facilities (i.e. civilian hospitals). Offeror shall include the typical type of design for projects listed: i.e. Renovation, Utilities, Site, Entire Building. Offeror shall provide up to eight (8) designs/projects in size/scope of typical CVAMC design - include 1+ with historical significance. Typical Designs include but are not limited to (1) total renovation of multiple floors of historical buildings, roughly 13,000 SF per floor; (2) building-wide architectural work as well as any combination of mechanical, plumbing, electrical, or HVAC upgrades; (3) Site and civil work in order to control storm water, parking, and improve pedestrian circulation across campus. Knowledge of the offerors and proposed subcontractors can be used by the source selection board for this factor. FACTOR 3: PROJECT CONTROL - (Phase I &II) Offeror shall include techniques planned to control quality of plans and documentation, techniques planned to control schedule and personnel responsible for quality and schedule control. Plan should state the offerors proposed response time to review shop drawings, RFIs, change order requests, submittals, etc. Offerors should note if selected, response times proposed may be incorporated into the statement of work as the standard. Knowledge of the offerors and proposed subcontractors can be used by the source selection board for this factor. FACTOR 4: PROPOSED DESIGN AND ESTIMATION APPROACH (Phase II) The Offeror shall provide information on how they conduct meetings/reviews with the customer. Contractor s method for presenting and sharing information related to requirements development and designs with the engineering staff. Contractor s method of presenting the design to the CO and executive leadership. Contractor s process for incorporating design review comments to include timeliness, correctness, and presentability. Offeror shall provide information on adherence to PG18-15 AE Submissions, incorporation of the VA Design Guides and Manuals, incorporation of historical preservation into design and method for determining construction cost estimates (tools and methodology). Design approach statements will be evaluated based on clear demonstration of an effective, efficient process for understanding and providing proposals for a potential task. To note, task orders may have increased urgency due to compliance or regulatory needs of the government. Statements should identify potential problems and proposed solutions. Statements shall also outline designer s plans to execute design projects and plan subsequent construction while minimizing impact on VA hospital operations. Evaluation will also consider business philosophy and customer service philosophy. Evaluation will be on communication, is there a plan and commitment to timely communications; are communications defined, clear, and efficient and demonstrate how stakeholders are included. Knowledge of the offerors and proposed subcontractors can be used by the source selection board for this factor. FACTOR 5: LOCATION AND KNOWLEDGE OF LOCAL AREA (Phase II) Offeror's must indicate firm's/team's location, including main offices, branch offices and any subconsultants' offices and demonstrate how the team will service the geographic area. The Offeror shall outline the team's knowledge of CVAMC and unique requirements, along with the team's ability to accomplish the required A/E services. The plan shall demonstrate knowledge of local conditions within the geographical area including tactical, operational, strategic issues for all areas of design, as well as bidding and construction related to the key disciplines. This may include everything from supply, labor force, weather and seismic conditions, to the local construction climate's impact on cost estimating. There will also be consideration given to how key team members can conduct pre-design site review of the proposed work while minimizing extra cost to the government for travel. Time will be measured by car from the Coatesville VAMC to the firm s indicated office where the work will be performed. Shorter travel times and distances shall be considered beneficial to the government. Knowledge of the offerors and proposed subcontractors can be used by the source selection board for this factor. FACTOR 6: PAST PERFORMANCE (Phase II) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. Past performance and specialized experience will also be evaluated based on example projects with past client/customer reviews. The Government will utilize CPARS for the collection of past performance reports. Offerors are encouraged to list awards, letters of recommendation, outstanding merits, evaluations, or letters from past clients that demonstrate quality in design, superior project management, customer service, or professional performance. Offerors shall submit 2 -4 references of designs for Medical Centers. Knowledge of the offerors and proposed subcontractors can be used by the source selection board for this factor. FACTOR 7: ESTIMATING EFFECTIVENESS (Phase II) Submissions will be evaluated on demonstrated ability to execute constructible, biddable, and well-coordinated construction documents. Offerors will be evaluated on cost schedules and tracking/controlling costs to bring projects in on budget +/- 5%. Offerors shall provide a list of awarded project construction costs vs A/E estimated costs and final construction costs (to include change orders) of the 10 most recent projects completed. Knowledge of the offerors and proposed subcontractors can be used by the source selection board for this factor. QUALIFICATION PROCEDURES: 1. A/E firms shall be registered in the System for Award Management (SAM) Database at www.sam.gov. Please include your firm's Veteran Small Business Certification (VetCert) SDVOSB status verification. Failure of a proposed SDVOSB A/E firm to be certified by the VetCert at the time the SF330 is due shall result in elimination from further consideration for award. 2. Following an evaluation of the qualifications and performance data submitted, twelve (12) firms considered to be the most highly qualified firms to provide the type of services required will be chosen for interviews. 3. After interviews, the most highly qualified firms will be issued the solicitation and requested to submit a proposal. 4. Firms will be selected for award based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. 5. This announcement is a request for SF330s from qualified firms that meet the professional and set aside requirements listed in this announcement. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. 6. The award of an Indefinite Delivery, Indefinite Quantity contract is contemplated and is subject to the availability of Fiscal Year 24 funding. 7. All SDVOSB firms that respond shall include proof of certification via SAM.gov and proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). All firms that respond must be registered in the System for Award Management via https://sam.gov/SAM/. All firms who respond must submit their Duns & Bradstreet/ UIE number via https://www.dnb.com/. All firms that respond must have filed the VETS-4212 Federal Contractor report via https://www.dol.gov/agencies/vets/programs/vets4212. Any firms holding an GSA schedule contract must submit the GSA contract number. All firms who respond must submit their TAX ID number. SUBMISSION INSTRUCTIONS: 1. The Government will not pay, nor reimburse, any costs associated with responding to this announcement. The Government is under no obligation to award a contract as a result of this announcement. Department of Veterans Affairs (VA) assumes no responsibility for any costs incurred associated with the preparation of responses. 2. Interested A/E firms shall submit their SF330 (7/2021 Edition) and appropriate documentation and information to Benjamin.Villasenor@va.gov, by close of business (4:30 PM, EST), March 28, 2024. The SF330 form may be obtained through the General Services Administration at (https://www.gsa.gov/forms-library/architect-engineer-qualifications). Late proposal rules found in FAR 15.208 will be followed for late submissions. 3. Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF-330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF-330, Part II is already on file. SF-330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF-330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. 4. Submit only one SF-330, Part I from the Prime for the design team, completed in accordance with the SF-330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. 5. The A-E shall not include company literature with the SF-330. 6. In block No.4, Part II, provide the Unique Entity Identification (UEI) number issued by SAM.gov System (1-866-606-8220) for the prime A-E or Joint Venture. The UEI number must be for the firm or joint venture performing the work (i.e. not the parent UEI number, but a UEI number specifically for the office performing the work. 7. In Section C of the SF-330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee and each resume shall not exceed one page. 8. In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one project per page. 9. In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. 10. In Section H, of the SF-330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Evaluation Criteria, of this announcement. 11. In Section H, Part I, SF-330, firms must show their last 12 months of Medical facility contract awards stated in dollars, provide an itemized summary of awards to include Agency Contract Number/Task Order No. Awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific evaluation criteria listed. 12. In Section H, Part I, SF-330 Generally, describe the firm's Design Quality Management Plan (DQMP). A project-specific detailed DQMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed ten pages for Section H. Front and back side use of a single page will count as 2 pages and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. 13. Personal visits to discuss this announcement shall not be allowed. 14. Detailed Statement of Work is attached.

Department of Veterans Affairs Network Contracting Office 4  Coatesville, PA ,
  19320  USALocation

Place Of Performance : Department of Veterans Affairs Network Contracting Office 4

Country : United StatesState : TennesseeCity : Murfreesboro

Office Address : 1010 DELAFIELD ROAD PITTSBURGH , PA 15215 USA

Country : United StatesState : PennsylvaniaCity : Pittsburgh

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541330Engineering Services
pscCode C1DZARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS