C1DZ--509-22-703 EHRM Training and Admin Space Support Design – Augusta (Uptown) (VA-22-00064674)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Georgia
Type of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Posted: Nov 25, 2022
Due: Dec 27, 2022
Solicitation No: 36C77623R0018
Publication URL: To access bid details, please log in.
Follow
C1DZ--509-22-703 EHRM Training and Admin Space Support Design – Augusta (Uptown) (VA-22-00064674)
Active
Contract Opportunity
Notice ID
36C77623R0018
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: Nov 25, 2022 01:23 pm EST
  • Original Response Date: Dec 27, 2022 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Charlie Norwood VA Health Care System (CNVAHCS) Augusta , GA 30904
    USA
Description
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.

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 Project 509-22-703 for Electronic Health Record Modernization (EHRM) Training and Admin Support Space Design project at the Charlie Norwood VA Health Care System (CNVAHCS), 1 Freedom Way, Augusta, GA 30904. The A-E shall provide investigative and feasibility design services, schematic design drawings, design development drawings, construction documents, final bid documents, specifications, calculations, cost estimates, narratives, bidding support services, solicitation support services, and construction period services for all facets of work and disciplines/trades to facilitate a design project for EHRM Training and Admin Support Space.
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 $22.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before March 2023.
The anticipated period of performance for completion of design is 144 calendar days after notice of award. The magnitude of construction is between $500,000 and $1,000,000.
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.
A. Primary Selection Criteria:

Specialized experience and technical competence (sections F, G and H) in the design of similar projects and the technical capabilities of the prime firm and any subcontractors. Work related to this project scope includes site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to prepare a site and provide utilities to support modular trailer installation to provide EHRM training and administrative support spaces. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects 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 (sections C through E) 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, Mechanical, Electrical, Plumbing, Structural, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm.

Offeror must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement:

I [signatory authority], of [company name] 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.

Capacity (section H) to accomplish work in the required time. The following information is required for this factor:
The Offeror shall provide the percentage of time personnel referenced under professional qualifications will be dedicated toward this project.
The Offeror shall provide the available capacity for personnel listed under professional qualifications (section E). Â
The offeror shall include a draft schedule outlining how they intend to meet the period of performance outlined in the SOW. Draft schedule will not be counted toward the page limitation.Â
The Offeror may include any additional resources that will be dedicated toward this project. Â

The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the firm s approach to measuring and managing capacity both prior to and during contract performance to ensure qualified personnel are available to meet the contract requirements.

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 PPQs (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 (section H), 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 (section H) for projects similar in scope 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.
B. Secondary Selection Criteria:
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 Health Care System (CNVAHCS)
1 Freedom Way
Augusta, GA 30904

Determination of the mileage will be based on Google Maps (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 discussions. The secondary selection criterion will not be applied when determining a firm s SF330 submission.

4. SUBMISSION CRITERIA/REQUIREMENTS:
The below information contains the instructions and format that shall be followed for the submission of the SF330 Statement of Qualifications:
Submit ONE (1) SF330 Statement of Qualifications, via email to the Contract Specialist at Kymberly.Morgan@va.gov. This shall include SF 330 and any applicable attachments.
The SF330 submission is due on or before 1:00 PM ET on December 27, 2022.
The SF330 shall be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted.
The subject line of the email shall read: SF 330 Submission: 36C77623R0018 - EHRM Infrastructure Upgrades Augusta (Uptown)
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.
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
  • Nov 25, 2022 01:23 pm ESTPresolicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Atlanta Hotels Holiday Block Leave Active Contract Opportunity Notice ID W911SF-22-T-R00M Related

Federal Agency

Bid Due: 12/01/2024

SOLICITATION NUMBER DESCRIPTION DUE DATE RFB No. 24-0029 PI 0011436 Muscogee County Buena

Consolidated Government of Columbus

Bid Due: 5/08/2024

Description Opening Date/Time Closing Date/Time 2024 Asphalt Rejuvenation RFP March 05, 2024 :

City of Duluth

Bid Due: 4/29/2024

Training Munitions Active Contract Opportunity Notice ID 15b800 Related Notice Department/Ind. Agency Looking

Federal Agency

Bid Due: 5/12/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.