C1DA--Complex Pain Clinic - 4G Completion (VA-21-00029200)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Texas
Type of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Posted: May 25, 2023
Due: Sep 19, 2022
Solicitation No: 36C77622R0109
Publication URL: To access bid details, please log in.
Follow
C1DA--Complex Pain Clinic - 4G Completion (VA-21-00029200)
Active
Contract Opportunity
Notice ID
36C77622R0109
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 25, 2023 10:01 am EDT
  • Original Published Date: Aug 08, 2022 12:09 pm EDT
  • Updated Response Date: Sep 19, 2022 02:00 pm EDT
  • Original Response Date: Aug 10, 2022 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 08, 2022
  • Original Inactive Date: Nov 08, 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:
    • 541310 - Architectural Services
  • Place of Performance:
    Audie L. Murphy VAMC 7400 Merton Minter Blvd San Antonio , TX 78229
    USA
Description

UPDATED 9/09/2022 - Please see amendment 0002



UPDATED 9/07/2022 - Please see amendment 0001





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 Complex Pain Clinic Design 671-251 at the Audie L. Murphy VAMC in San Antonio, TX. 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 541310 Architectural Services and the annual small business size standard is $8.0 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 October 2022. The anticipated period of performance for completion of design is 241 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 initial selection evaluation. The selection will be made using a two-phase process. Phase I consists of the initial evaluation of the SF-330 s and determination of the highest rated firms. At least three (3) of the highest rated firms in accordance with FAR procedures will then be short listed and invited to continue with Phase II of the process. All firms not short listed will be notified at this time. Phase II consists of discussions for the short-listed firms and selection of the top ranked firm to receive the solicitation and conduct negotiations. The firms selected for discussions will be notified by email of selection and provided further instructions. After the discussions are concluded, the top-ranked firm will be selected, sent the solicitation, and subsequent negotiations to follow. A site visit will be authorized for the highest rated firm during the negotiation process. If negotiations are not successful with the highest rated firm, they will continue with the next highest rated firm, and so on until award can be made. D. SELECTION CRITERIA: Phase I: 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 and H) in the design of a Complex Pain Clinic or similar. Work shall include architectural, life safety, interior work, mechanical work, electrical work, plumbing work, exterior work, energy efficiency and IT requirements and all such systems and components as may be necessary to achieve project goals. Other specialized experience includes experience utilizing the PACT Clinical Space Design and including all women s health guidelines. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. 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 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, IT, 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).  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. The Offeror may include any additional resources that will be dedicated toward this project.  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 and additional pages not counted toward page limitation) 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). 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. The Government reserves the right to also evaluate past performance on previously awarded federal task orders and any other information available. Additionally, the Government will review the firm s previous ability to meet the 50% SDVOSB performance requirement on other task orders. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. 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. 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 George E. Wahlen VA Medical Center 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 se-lection criterion will not be applied when determining a firm s SF 330 submission. Phase II (FOR INFORMATIONAL PURPOSES AT THIS TIME, DO NOT SUMBIT WITH PHASE I SUMBISSION): In accordance with FAR 36.602-3(c), discussions will be conducted. The highest-ranking firms will be short listed, and discussions will commence. The format and discussion topics will be provided at the time short listed firms are notified. E. PHASE I 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 Sharese McKinney at Sharese.McKinney@va.gov. This shall include SF-330 and any applicable attachments. All Responses are due on or before August 10, 2022 at 2 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; 36C77622R0109 AE Complex Pain Clinic 4G Completion 671-251 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 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) Unique Entity ID; 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. 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.


Attachments/Links
Download All Attachments/Links
Attachments
Document File Size Access Updated Date
Amendment 36C77622R0109 0002.pdf (opens in new window)
121 KB
Public
Sep 09, 2022
Attachment 1 - VA Response to Questions 9.8.pdf (opens in new window)
58 KB
Public
Sep 09, 2022
Amendment 36C77622R0109 0001 Rev 9.7.pdf (opens in new window)
121 KB
Public
Sep 07, 2022
Attachment 1 - VA Response to Questions.pdf (opens in new window)
45 KB
Public
Sep 07, 2022
Attachment 2 - Past Performance Questionnaire.docx (opens in new window)
18 KB
Public
Sep 07, 2022
Attachment 03 - Seasonal Influenza with Vaccines.pdf (opens in new window)
2 MB
Public
Aug 08, 2022
Attachment 02 - VHA Supplemental Contract Requirements for Combatting COVID-19.pdf (opens in new window)
121 KB
Public
Aug 08, 2022
Attachment 01 - Complex Pain Clinic Design - SOW Final Rev 7.7.pdf (opens in new window)
236 KB
Public
Aug 08, 2022
36C77622R0109.docx (opens in new window)
33 KB
Public
Aug 08, 2022
file uploads

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

May 25, 2023[Special Notice (Original)] C1DA--Complex Pain Clinic 4G Completion Minor Design - San Antonio
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

Bid Information Type RFP Status Issued Number PURCH 2324-2 (Fundraiser Vendors) Issue Date

Aldine School District

Bid Due: 5/31/2024

Bid Information Type RFP Status Issued Number PURCH 2324-6 (Professional and Consulting Services)

Aldine School District

Bid Due: 5/31/2024

Bid Information Type RFP Status Issued Number PURCH 2324-4 (Instructional Supplies, Materials and

Aldine School District

Bid Due: 5/31/2024

Open Enrollment Hospital Services Solicitation ID: 320-21-00176 | Due Date: 5/31/2024 | Due

State Government of Texas

Bid Due: 5/31/2024

* 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.