Location: | Virginia |
---|---|
Posted: | Feb 27, 2025 |
Due: | Mar 31, 2025 |
Agency: | VETERANS AFFAIRS, DEPARTMENT OF |
Type of Government: | Federal |
Category: |
|
Solicitation No: | 36C24725R0082 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
This Pre-solicitation Notice is NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENTS ARE CONTAINED HEREIN. NO ADDITIONAL SOLICITATION PACKAGE OR TECHNICAL INFORMATION WILL BE ISSUED. Project: 534-23-102 AE Replace Roofs Phase 2 Work Location: Ralph H. Johnson Health Care System, Charleston, SC Estimated/Target Completion Period: 177 calendar days after NTP is issued. Construction Magnitude: Between $1,000,000 and $5,000,000 NAICS: 541310 Architectural Services Small Business Standard: $12.5 Million Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Site Visits will not be arranged during this phase. The anticipated award date of the proposed A-E Contract is on or before September 30th, 2025. SF 330 Date of Receipt/Due Date: Interested firms having the capabilities to perform this work must submit one (1) electronic SF330 and attachments if any, no later than (NLT) 3:00PM (EST) March 31st, 2025. PROJECT OVERVIEW: Provide Professional Architect/Engineer (A/E) and healthcare planning services necessary to replace roofs that have a) reached the end of their useful life, b) are not sloped correctly to provide positive drainage or c) do not have the required secondary drains. This project also increases the thermal insulation to meet VA Energy Directives, corrects numerous issues with the lightning protection system and recertifies the building, replaces roof curbs due to seismic requirements and demolishes aged rooftop equipment or replaces it. The Charleston VAMC preference is for a modified SBS built up roof membrane system with a light-colored top fiber embedded cap sheet. A/E may provide alternatives based on their professional expertise for discussion and review by the VAMC. Roofs to be addressed are: 1C-1, 2AA-1, 2D-1, 2E-1, 2F-1, 2G-1, 2H-1, 2H-2, Undesignated roof outside 3BN. SDVOSB SET-ASIDE: This requirement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses under the authority of 38 U.S.C. 8127(d). To be eligible for award the SDVOSB you must be considered small under the relevant NAICS code. SDVOSB contractors must be verified and viewable in Small Business Administration Veteran Small Business Certification (VetCert) database https://veterans.certify.sba.gov prior to submission and prior to award of contract with VAAR 804.1103-70. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Any person, persons, or business entity suspected of misrepresenting itself for the purpose of securing a government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts. Eligible SDVOSB concerns must also be registered at the following websites: System for Award Management (SAM): https://www.sam.gov/ VETS100/100A Report must be complete: http://www.dol.gov/vets/vets4212.htm Important Notice: Prior to submitting a package under this SDVOSB set- aside solicitation; offerors must apply for and receive verification from the Small Business Administration in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership, and control sufficient to establish appropriate status. All offerors are urged to contact the SBA and submit the required documents to obtain verification of their SDVOSB status if they have not already done so. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm, including Joint Ventures, must be verified and registered in the Small Business Administration Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. 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 SELECTION CRITERIA: Evaluation of Submission Requirements and Selection Criteria are provided below and listed in relative order of importance. Note: Failure to meet an Acceptable Submission Requirements for each criteria WILL result in the entire submission being denied for further evaluation. Phase 1 Submission Requirements Objective Scoring: Acceptable Submissions meets ALL Submission Requirements Unacceptable Submission fails to meet at least one Submission Requirement Specialized experience and technical competence in the type of work required. Submission Requirements: SF 330 information shall be provided per the latest format from the GSA Library located at https://www.gsa.gov/forms-library/architect-engineer-qualifications. Complete using blocks F. and H. of the SF330 form. Complete block F. for each relevant project. Complete block H. summary sheet for the Offeror and each key consultant; each summary sheet shall be not more than one (1) page in length. Submit no more than five (5) projects similar to required work in the solicitation from the date the solicitation closes to five (5) years prior; At minimum, three (3) projects must be construction complete or construction substantially (50%+) complete; Projects/data submitted shall be projects with total construction costs of $1,000,000 and greater; Projects may include Federal, State, or local Government, as well as private industry projects. Offerors are responsible for providing project description and applicable information in sufficient detail to permit evaluation of project relevancy versus these minimum requirements. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Submission Requirements: Complete a Summary Sheet using block H. of the SF 330 describing the Offeror s past performance. The summary sheet shall be not more than two (2) pages in length. Provide the Contractor Performance Assessment and Reporting System (CPARS), interim and final reports, for each submitted Federal entity project under Specialized Experience criteria, above. If a CPARS is not available, provide a PPQ. If a relevant project submitted under Specialized Experience criteria does not have a CPARS because it is a non-Federal entity project, provide a Past Performance Questionnaire (PPQ). CPAR and PPQ reports will not count towards page limitations. Professional qualifications necessary for satisfactory performance of required services. Submission Requirements: Complete using block E. of the SF 330. Submit personal resumes and relevant information for key and responsible personnel. Block E. shall be not more than one (1) page in length per individual. The Offeror shall have a professional engineer, currently registered in any US state or territory of the United States, knowledgeable in their registered design discipline, to be the lead designer responsible for reviewing and approving design submissions. The Offeror shall have a professional engineer, qualified and knowledgeable of South Carolina state and local regulations, be the lead designer responsible for reviewing and approving design submissions and facilitating permit documentation (depending on the nature of the design i.e. environmental, hazardous material abatement, stormwater, etc.). Key personnel to provide qualifications to meet this criterion include Principal(s), Project Manager(s), key consultants, individuals responsible for implementation of the Design QA/QC Plan, Licensed Asbestos Inspector, Physical Security Specialist, Life Safety Specialist, and other individuals that are responsible or accountable for design submissions and regulatory compliance. Physical Security Subject Matter Experts shall meet the requirements of Section 10.1.5 of the Physical Security & Resiliency Design Manual. Experience in construction period services. Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s performance completing Construction Period Services (CPS) for construction for each submitted project under Specialized Experience criteria, above. Narrative shall be not more than two (2) pages in length. Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s performance completing Construction Period Services (CPS) for construction for each submitted project under Specialized Experience criteria, above. Narrative shall be not more than two (2) pages in length. Provide a narrative describing the below services, but not limited to: Professional field inspections, both scheduled and emergent; Maintaining a comprehensive submittal log inclusive of material data, shop drawings, certifications, etc.; Review of construction submittals for design conformance, variance, and applicable code/standard compliance; Providing timely and complete responses to requests for information; Providing supporting documentation (statements of work, cost estimates, technical reports, etc.) for construction modifications; Providing record drawing documentation; Process for correcting design errors/omissions identified during construction; and, Other requirements defined under CPS in the Statement of Work. Narrative shall be not more than two (2) pages in length. Capacity to accomplish the work in the required time. Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s work capacity. Narrative shall be not more than one (1) page in length. Location in the general geographical area of Charleston, SC, and knowledge of the locality of the Ralph H. Johnson VA facility: Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that describes the Offeror s experience in the Charleston, SC geographical area. Narrative shall be not more than one (1) page in length. 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: Submission Requirements: Complete using block H. of the SF 330. Provide a narrative that discusses the Offeror s approach. Narrative shall be not more than one (1) page in length. Offerors shall complete and submit the following statement in block H. : I [signatory authority], of [Offeror Company or Joint Venture] certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10 . Phase 2 Evaluation of Selection Criteria Specialized experience and technical competence in the type of work required. Basis of Evaluation: Specialized experience pertains to the types, size, volume, budget, and complexity of work previously or currently being performed by the Offeror that is comparable to the work covered by this solicitation. Specialized experience may also include unique conditions, considerations, or circumstances encountered that are relevant to this solicitation. Specialized experience does not include overseas offices for projects outside the United States, its territories, or possessions; nor does it include subsidiaries that are not normally subject to management decisions, accounting, and policies, or a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company. Technical competence includes construction and design projects similar in project scope, size, construction features, dollar value, and complexity of that listed in the solicitation. Technical competence also includes experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Similar complexity is considered projects of an operational, construction, or design likeness to the work covered in the solicitation. Specific emphasis of experience and technical competence shall be geared towards fire protection, seismic design/retrofit, physical security resilience and design, healthcare design/planning, building automation. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Basis of Evaluation: Past performance is a measure of the degree to which an Offeror satisfied its customers needs and requirements and compliance with applicable codes, standards, laws, and regulations. The evaluation of past performance will include but is not limited to: The customer s assessment of the Offeror's commitment to customer satisfaction; Timely delivery of quality work; The Offeror's record of conforming to contract requirements and applicable codes, standards, laws, and regulations; Successful implementation of a quality control plan and quality control procedures; Addressing design errors/omissions timely; Adherence to approved schedules; and, History of timely and professional communication and cooperative behavior. Include information on problems (errors/omissions) found, how the problems were corrected, and the impacts to the successful completion of the project (time delays, cost impacts, design modifications, etc.). Provide information supporting favorable cost control, quality of design submissions, and schedule compliance. Include a discussion on the Offeror s record of significant claims for improper or incomplete design services. Higher ratings may be given for work performed on VA Medical Center campuses. Adjectival Rating: Offeror risks receiving a lower rating if fewer than three (3) PPQs are provided or if the PPQs were not completed by project point of contact. Failure to demonstrate proven competence to perform projects with similar requirements to the requirements of the solicitation may be considered ineligible for award. If no CPARs or PPQs are submitted or responses to requests were not provided, the rating shall not be higher than Satisfactory . Professional qualifications necessary for satisfactory performance of required services. Basis of Evaluation: Evaluation of professional qualifications will include but is not limited to the subjective assessment of the Offeror's individual resumes. The Offeror shall describe and/or depict which projects and how well key personnel of the design team have worked together. Higher ratings for this criterion may be given when the Offeror's specific personnel demonstrate relevant credentials, such as involvement and degree of involvement in professional organizations, research/publications, code/standard body involvement, etc. Adjectival Scoring: Offerors unable to demonstrate professional qualifications necessary to perform designs may be considered ineligible for award. Experience in construction period services. Basis of Evaluation: 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Evaluation of the Offeror s knowledge, skills, and abilities to complete necessary CPS to support successful project completion. Provide a narrative describing the below services, but not limited to: Professional field inspections, both scheduled and emergent; Maintaining a comprehensive submittal log inclusive of material data, shop drawings, certifications, etc.; Review of construction submittals for design conformance, variance, and applicable code/standard compliance; Providing timely and complete responses to requests for information; Providing supporting documentation (statements of work, cost estimates, technical reports, etc.) for construction modifications; Providing record drawing documentation; Process for correcting design errors/omissions identified during construction; and, Other requirements defined under CPS in the Statement of Work. Capacity to accomplish the work in the required time. Basis of Evaluation: Identify the Offeror s past, present and projected future workload, including VA contracts over the previous 12 months. Describe the Offeror s capacity to incorporate this solicitation s work while meeting prescribed dates for current workload. Each key team member to include % of available capacity to take on new projects. Evaluation of this factor will be an assessment of the Offeror s ability to complete design documents within the period of performance and meet solicitation requirements. Data is acceptable in tables or charts. Capacity
With GovernmentContracts, you can:
Bid Number: RFP 24-25-049 Bid Title: RFP 24-25-049 Community Way Site Development -
City of Danville
Bid Due: 4/26/2025
Follow SNS 2K Cold Compressor System Active Contract Opportunity Notice ID RFP-JSA-25-R438210 Related
ENERGY, DEPARTMENT OF
Bid Due: 4/30/2025
Follow P325 HUMAN PERFORMANCE TRAINING CENTER, JEB FORT STORY LITTLE CREEK, VIRGINIA BEACH,
DEPT OF DEFENSE
Bid Due: 4/22/2025
Follow Exhaust Systems, Engine Active Contract Opportunity Notice ID SPE4A7-25-R-0406 Related Notice SPE4A7-25-R-0406
DEPT OF DEFENSE
Bid Due: 4/25/2025