C1NB--VAMC West Haven CT AE Chiller Plant Replacement Project Project #689-21-122

expired opportunity(Expired)
From: Federal Government(Federal)
36C24121R0181

Basic Details

started - 21 Jul, 2021 (about 2 years ago)

Start Date

21 Jul, 2021 (about 2 years ago)
due - 28 Oct, 2021 (about 2 years ago)

Due Date

28 Oct, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24121R0181

Identifier

36C24121R0181
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103374)VETERANS AFFAIRS, DEPARTMENT OF (103374)241-NETWORK CONTRACT OFFICE 01 (36C241) (3845)
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.

SPECIAL NOTICE FOR QUALIFICATIONS (SF-330) NAICS Code: 541330 Engineering Services (Small Business size standard $16.5 million dollars) A. INTRODUCTION: The VA Medical Center West Haven located in West Haven, CT has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services to develop complete drawings, specifications, cost estimates and construction period administration for the 689-21-122 West Haven Chiller Plant Replacement project. B. CONTRACT INFORMATION: This project will assess, design, replace, and modernize the existing chilled water plant to meet future needs and include integrated metering & controls. The existing chiller plant has reached the end of its useful life. The A-E shall also assess the current condition of the Building 16A and cooling tower which needs to be replaced. The 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 that in accordance with FAR 52.219-14, Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern. 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 836.6 of the VA Acquisition Regulation. 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 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: Provide Architect/Engineer services to develop complete drawings, specifications, cost estimates and construction period administration associated with the 689-21-122 West Haven Chiller Plant Replacement project. 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. Reputation and Standing of the Firm and Its Principal Officials 3. Specialized Experience and Technical Competence 4. Teamwork 5. Capacity 6. Past Performance 7. Capability and Commitment 8. Location in the general geographical area of the project and knowledge of the locality F. SELECTION CRITERIA DESCRIPTIONS: PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. In addition, provide resumes of other relevant team members or frequent subcontractor who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. All proposed team members and supervisors shall have the minimum education, training, and experience as is normally expected of a company actively providing the required services and shall have demonstrated experience to perform a project such as this within a VA Medical Center Hospital. Additionally, the firm shall address the criteria for meeting the Limitations on Subcontracting. REPUTATION AND STANDING OF THE FIRM AND ITS PRINCIPAL OFFICIALS Documentation supplied should allow the evaluation team to assess this factor with respect to professional performance, general management, and cooperativeness. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. This factor evaluates the amount of experience the AE firm has in designing similar types of chiller plant replacement projects and evaluating their technical competence in this type of project. Provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; Emphasize any specialized experienced the firm has with chiller plant replacement (preferably at the VA or in a hospital environment). The A/E shall provide example projects where a temporary system is installed to maintain redundancy at a facility. TEAMWORK Documentation supplied should include specific experience and qualifications of personnel proposed for assignment to the project(s) and their record of working together as a team. CAPACITY This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the design project in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office; indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; and any impact that may have on taking on a new project with the scope of the chiller plant replacement project. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and if that workload would adversely impact a new project with the scope of the chiller plant replacement project, then demonstrate how the firm intends to increase its workload capacity to complete this project. PAST PERFORMANCE NCO 1 will evaluate past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, 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). Recency is defined as performance occurring within 5 years of the date of this Notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Notice. Relevancy is defined as performance of work on projects that are similar in scope 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. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For Non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/recommendation as desired. Past Performance Questionnaires (Attached to this Notice): Respondents shall complete Section A (General Information) of the Past Performance Questionnaire and provide it to NCO 1 representative as part of the SF 330 submittal package. Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to each Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) identified in its SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract . Sections B through D of the questionnaire shall be completed ONLY by the contract customer. The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to NCO 1 by the SF 330 submittal package due date identified in the Notice. Past Performance Questionnaire Sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent s contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to NCO 1 no later than the SF 330 submittal package due date designated in this Notice. Contract customer shall E-mail Past Performance Questionnaire Sections B through D. CPARS data and PPQs do not count toward the page limitation. Respondents are notified that NCO 1 may use any additional sources of information available to it regarding the Respondent s relevant experience and past performance and consider the information thus obtained as part of this evaluation. CAPABILITY AND COMMITMENT The capability and commitment to provision accurate professional services. This factor includes determining customer satisfaction, project cost, and meeting project schedule by: Reviewing the firms record on timeliness in replies to RFIs, review of submittals & shop drawings, periodic construction inspections, and timely completion of as built drawings. Determining the accuracy of professional services through a review of the history of services support, value engineering and any deficiencies which may have resulted in additional costs to NCO 1. GEOGRAPHIC LOCATION The A/E Firm must have general knowledge of the locality of the project, location in the general geographical area of the project and knowledge of the locality to include specific knowledge of certain local conditions or project site features such as: geological features climate conditions local construction methods construction firms and trades labor availability local laws and regulations Location of the firm is measured by the driving distance between the Offeror s principle business location and the West Haven VA Medical Center, West Haven, CT. Determination of the mileage will be based on Google Maps (https//www.google.com/maps/dir/) G. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contract Specialist Stephen Slaby at stephen.slaby@va.gov. b. Oral questions will not be answered. c. The deadline for questions is July 28, 2021 at 12:00PM EST. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no later than 12:00PM EST on August 20, 2021. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. b. Qualified A/E firms are required to submit ONE (1) electronic copy via email to stephen.slaby@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/SF c. 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 by NCO 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, specific information addressing each of the SIX selection criteria described in this Notice; the additional 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 selection criteria. c. SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. d. Any SF 330 submittal package, modification, or revision, that is received at the designated NCO 1 office 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 late submittal would not unduly delay the acquisition; and There is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. J. SF 330 PACKAGE PREPARATION: a. Qualified A/E firms are required to submit ONE (1) electronic copy via email to stephen.slaby@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, questionnaire Section 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 formatted accordingly: SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS 1. Sections A through D 2. Section E 3. Section F 4. Section G 5. Section H 6. Section I 7. Questionnaire section A only 8. Other additional information and attachments SF 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 internet links: https://www.acquisition.gov/far/index.html END OF SPECIAL NOTICE

ONE VA CENTER  TOGUS , ME 04330  USALocation

Place Of Performance : ONE VA CENTER TOGUS , ME 04330 USA

Country : United StatesState : Maine

You may also like

A-E SERVICES FOR PROJECT 689-22-113, INSTALL HYBRID OPERATING ROOM AT VA WEST HAVEN

Due: 17 Nov, 2027 (in about 3 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 541330Engineering Services
pscCode C1NBARCHITECT AND ENGINEERING- CONSTRUCTION: HEATING AND COOLING PLANTS