C1DA--36C77621AP6019 EHRM Infrastructure Upgrades Kerrville

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Texas
Type of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Posted: Feb 7, 2023
Due: Dec 15, 2021
Solicitation No: 36C77622R0016
Publication URL: To access bid details, please log in.
Follow
C1DA--36C77621AP6019 EHRM Infrastructure Upgrades Kerrville
Active
Contract Opportunity
Notice ID
36C77622R0016
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 07, 2023 11:14 am EST
  • Original Published Date: Nov 15, 2021 01:31 pm EST
  • Updated Response Date: Dec 15, 2021 02:00 pm EST
  • Original Response Date: Dec 03, 2021 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 08, 2023
  • Original Inactive Date: Mar 03, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Kerrville VA Medical Center 3600 Memorial Blvd Kerrville , TX 78028
    USA
Description
Page 7 of 7
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.

A. GENERAL INFORMATION:
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, commissioning, construction period services for the EHRM Infrastructure Design at the Kerrville Veterans Administration Medical Center (VAMC) in Kerrville, Texas.

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" and VA Acquisition Regulation 836.6. 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.

B. PROJECT INFORMATION
This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services, and the annual small business size standard is $16.5 Million. 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 2022. The anticipated period of performance for completion of design is 147 calendar days after notice of award.

C. A-E SELECTION PROCESS:
Firms submitting SF 330's in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for evaluation. The selection will be made as follows:

SF 330s will be evaluated in accordance with the selection criteria as stated in this presolicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3(c), at least three (3) of the most highly qualified firms will then be notified of the Government's intent to hold discussions. All firms not invited to participate in discussions will be notified at this time.
Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview, or in-person interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the selection criteria, and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions.

A site visit will be authorized for the highest-rated firm during the negotiation process. An award will be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest-rated firm and so on until an award can be made.

D. SELECTION CRITERIA:
Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria.
Specialized experience and technical competence (sections F, G, and H) in the design of network infrastructure installation, renovations, and/or upgrades to information technology (IT) systems (either as solely IT projects or incorporated into new space/renovation projects). Work shall include networking back bone fiber optics, structured cabling, electrical distribution upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, telecommunication room renovations/expansions/relocations, data center reconfiguration, electronic and physical security upgrades, and all such systems and components as may be necessary to achieve project goals. The evaluation may consider other elements such as project phasing to maintain hospital operations during construction, quality control procedures, 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 RFQ's 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 (section 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 (including RCDD), Plumbing, Structural, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security (note must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International), Cost Estimation, and Project Management. 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 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 utilize the attached PPQ document, if needed. 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.
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.

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 Kerville VA Medical Center in Kerrville TX. Determination of the mileage will be based on Google Maps http://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.

E. SUBMISSION CRITERIA/REQUIREMENTS:
The below information contains the instructions and format for 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 Mark Rohacs at mark.rohacs@va.gov. This shall include SF-330 and any applicable attachments.

All Responses are due on or before December 15, 2021, at 2:00 PM Eastern Standard Time.

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; 36C77621AP6019 Kerrville TX EHRM Infrastructure Upgrades 671A4-21-700."

The submission must include the SF-330, Architect/Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp).

The page limitation of the SF-330 shall not exceed a total of 30 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in Arial size 12 font, single-spaced. Part II of the SF-330 Form will not count as part of the page limitations. CPARs data and Past Performance Questionnaires will not count as part of the page limitation.

All SF-330 submissions must include the following information either on the SF 330 or by accompanying document:

1) Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The Email address and Phone number of the Primary Point of Contact; 5) A copy of the firm's Vet Biz Registry (The Vet Biz Registry does not count towards the page count).

NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA's Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at TIME OF SUBMISSION OF OFFERS. Failure to be BOTH visible and verified at time of SF330 Submission, Interview Presentations, and award will result in the offeror being deemed unacceptable and ineligible for award.

All Joint Ventures must be CVE verified at time of submission and award 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:
www.beta.sam.gov for any revisions to this announcement prior to submission of SF-330s.


List of Attachments
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

Related Document

Feb 8, 2023[Award Notice (Original)] C1DA--EHRM Infrastructure Upgrades Kerrville
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 Power Supplies for Television Camera Interface Controller supporting the International Space Station

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Bid Due: 4/25/2024

Follow General Services Administration (GSA) Seeks Space in Fort Worth, Texas: Solicitation No.

GENERAL SERVICES ADMINISTRATION

Bid Due: 4/30/2024

Follow REPAIR HARDEE ROAD JBSA FORT SAM HOUSTON TX Active Contract Opportunity Notice

DEPT OF DEFENSE

Bid Due: 5/07/2024

Follow General Construction Services MATOC for BEP Western Currency Facilities Active Contract Opportunity

TREASURY, DEPARTMENT OF THE

Bid Due: 4/22/2024

* 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.