New Hampshire Bids > Bid Detail

C1DA--608-23-133 Lab Reconstruction Design - flood response

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159871786743215
Posted Date: Jan 26, 2023
Due Date: Feb 27, 2023
Solicitation No: 36C24123R0065
Source: https://sam.gov/opp/cc3ea7000a...
Follow
C1DA--608-23-133 Lab Reconstruction Design - flood response
Active
Contract Opportunity
Notice ID
36C24123R0065
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 26, 2023 11:19 am EST
  • Original Response Date: Feb 27, 2023 04:30 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 14, 2023
  • 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:
    Manchester VAMC 718 Smyth Road Manchester , NH 03104
Description
SPECIAL NOTICE FOR QUALIFICATIONS (SF-330)

NAICS Code: 541330 Engineering Services (Small Business size standard $25.5 million dollars)

A. INTRODUCTION:
The VA Medical Center Manchester located in Manchester, NH 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 608-23-133 Laboratory Reconstruction Design.

B. CONTRACT INFORMATION:
The VA Medical Center Manchester located in Manchester, NH 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 608-23-133 Laboratory Reconstruction Design.

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 SBA VetCert data base (Veteran Small Business Certification (sba.gov). VetCert will be used to determine SDVOSB/VOSB
Status, therefore firms must be verified 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 608-23-133 Laboratory Reconstruction Design.

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. Specialized Experience/Technical Competence
2. Professional Qualifications
3. Capacity
4. Past Performance
5. Location in the general geographical area of the project and knowledge of the locality
6. Experience in Construction Period Services

F. SELECTION CRITERIA DESCRIPTIONS:
The selection criteria descriptions (1 through 6) are provided below.

Specialized experience and technical competence

Specialized experience and technical competence in utility replacements and upgrades, reconfiguration and modernization in a hospital environment.

The Prime A/E firm shall have completed a minimum of 1 design for projects designing a laboratory. This project shall have had a total project cost of at least $2M (design and construction) and been designed in the last 10 years.
Firms that don't meet this minimum don't qualify.

The evaluation may 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.

Professional qualifications

Professional qualifications necessary for satisfactory performance of required services

The Prime A/E firm shall have a minimum of one each: full-time licensed Professional Engineer (PE) and Registered Architect (RA), 1 PE in mechanical engineering and 1 Registered Architect (RA).
Firms that don't meet the minimum don't qualify.
Firms with the minimum requirement score 10.
Higher scores for additional mechanical design staff (with or without PEs), additional staff with PEs and for experience level of staff, particularly for experience designing other similar projects.

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.

NOTE: Proposed team shall be members of the award team. Any substitution of personnel must receive prior consent of the Contracting Officer. Do not send resumes or SF330 s.

Capacity to accomplish work in the required time.

The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines.

Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value.

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.Â

Prime A/E is required to supply references for at least 3 projects from section 2 above. Past performance rating will be based on those references and/or any information available in CPARS or other government performance rating systems.

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.Â

If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document.

Note:Â We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated.

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

Experience in construction period services 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
support of construction contract changes to include drafting statements of work and cost estimates

G. QUESTIONS AND COMMENTS:
a. Questions and comments regarding this notice must be submitted by email only to the Contracting Officer Casey Pridham at Casey.Pridham@va.gov
b. Oral questions will not be answered.
c. The deadline for questions is February 7th, 2023, at 4:30PM EST.

H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS:
a. SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no later
than 4:30PM EST on February 27th, 2023.

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 Casey.Pridham@va.gov. If file size exceeds 7MB then firms are required to send multiple emails with a
sequence stating email 1 of __. Subject line of email must read SF330 608-23-133 Laboratory Reconstruction Design .
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
Casey.Pridham@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
Attachments/Links
Attachments
Document File Size Access Updated Date
1984 Laboratory drawings.pdf (opens in new window)
3 MB
Public
Jan 26, 2023
608-07-130 Laboratory drawings.pdf (opens in new window)
8 MB
Public
Jan 26, 2023
SOW - 608-23-133.pdf (opens in new window)
548 KB
Public
Jan 26, 2023
36C24123R0065.docx (opens in new window)
23 KB
Public
Jan 26, 2023
file uploads

Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 26, 2023 11:19 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >