Maryland Bids > Bid Detail

C1DA--512A5-22-703 EHRM Training and Admin Space Support Design - Perry Point, MD (VA-22-00057632)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159751393321574
Posted Date: Jun 1, 2023
Due Date: May 25, 2023
Solicitation No: 36C77623R0093
Source: https://sam.gov/opp/eb68882b5b...
Follow
C1DA--512A5-22-703 EHRM Training and Admin Space Support Design - Perry Point, MD (VA-22-00057632)
Active
Contract Opportunity
Notice ID
36C77623R0093
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jun 01, 2023 03:09 pm EDT
  • Original Published Date: Apr 25, 2023 08:50 am EDT
  • Updated Response Date: May 25, 2023 10:00 am EDT
  • Original Response Date: May 10, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Aug 08, 2023
  • Original Inactive Date: Aug 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Perry Point VA Medical Center 59 Ave D, Perry Point , MD 21902
    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.

I. 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 and construction period services for Project #512A5-22-703 EHRM Training and Admin Support Space Renovation Perry Point project located at the Perry Point VA Medical Center As per the SOW, the project will include: Building 15.
A/E Part One Services (also known as Design Phase) for this design project 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 renovate Building 15 to provide Electronic Health Record Modernization (EHRM) training and administrative support spaces defined later in this SOW. Building 15 includes ~17,000 SF of space which will require infrastructure improvements and modernization of all building components and systems. Exterior improvements will be required to provide adequate parking.
Prepare construction bid documents (Plans and Specifications) to provide training and administrative space to support the Electronic Health Record Modernization (EHRM) program. This design will define the renovation of existing campus Building 15 to provide spaces defined later in the SOW.
A/E Part Two Services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation (solicitation support) and construction phases of the construction project, attendance at post-award and commissioning kick off construction project conferences, review of construction material submittals and shop drawings, approximately one site visits per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance in the final acceptance inspection, preparation of the punch list and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain RFI log and provide meeting minutes for weekly construction meetings throughout the duration of construction. All Part Two Services are optional line items and may not be exercised at the time of award.
The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project
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.

II. 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 $22.5M. This project requires a full design team to complete this project. The design must be complete and bid-ready no later than 210 calendar days after Notice of Award. The projected award date for the anticipated A-E contract is on or before September 2023.
The anticipated period of performance for completion of design is 210 calendar days after Notice of Award (NOA). The VAAR magnitude of construction of this project is to between $5,000,000.00 and $10,000,000.00. Please note that the 210 calendar-day period of performance for the design completion begins with the issuance of the NOA and that the Notice to Proceed (NTP) will not be issued for the completion of the design project. The solicitation support services, and construction period services will be option items that will be exercised after the construction project.
III. 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 primary 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 primary and secondary selection criteria (if necessary), 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.
RFP and Negotiations: A site visit will be authorized for the highest rated firm during the negotiation process. An award will then 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 award can be made.
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 award can be made.
IV. 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.
Primary Selection Criteria (listed in descending order of importance):
Professional Qualifications: Professional Qualifications necessary for satisfactory performance of required service. The design firm and A-E on staff representing the project or signing drawings in each discipline must be licensed to practice in any one of the United States of America. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five years) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full time employees) of personnel proposed for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located.
Key positions and disciplines required for this project include, but are not limited to: Architect (LEED certified), CADD Technician, Registered Communications Distribution Designer (RCDD), Estimator, Civil Engineer, Electrical Engineer, Environmental Engineer, Fire Protection Engineer, Industrial Hygienist, Mechanical Engineer, Plumbing, Project Manager, Quality Assurance, Structural Engineer, and Physical Security Specialists.

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 requirement demonstrates the capability of 50% SDVOSB performance in compliance with 48 CFR 852.219-10. The information provided in sections C through E of SF 330 will be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections.
Specialized Experience and technical competence: in the design and construction period services in the design and construction period services shall be provided for network infrastructure installation, renovations, or upgrades. Projects experience should include design of vertical concrete parking structures, elevators data cable, electrical distribution and systems, physical security upgrades, and mechanical systems.

Other specialized experience includes experience in critical path scheduling, fire protection construction infection control protocols, energy conservation, transition, sustainable design practices. Include no more than five (5) Government and private experience projects similar in size scope and complexity, and experience with the type of
projects above. 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. The information provided in Sections F and G of SF 330 will be used to
evaluate this evaluation factor. Do not include this information in Section H, unless it
is pertinent to support the information listed in the other sections.

Capacity: to accomplish work in the required time. The evaluation will consider this
firms ability to meet the compressed schedule of the overall project, as well as the
available capacity of key disciplines to perform the work in the required time. Provide
the available capacity of key disciplines by providing current project workload, inclusive
of all projects awarded by the VA during the previous 12 months and the full potential
value of any current indefinite delivery contracts. Offeror shall clearly state
their available capacity presenting workload percentages and expected completion date
for the VA projects awarded in the previous 12 months. The information for this factor
shall be provided in Section H of the SF 330. Please ensure the capacity applies toward
the team/personnel provided in the SF 330.

Past performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The past performance will be evaluated for all projects provided in Section F to include a review of Contractor Performance Assessment Rating System (CPARS). The following information is required for all projects noted in Section F: 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. Evaluations will consider superior performance ratings on recently completed projects as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, cooperativeness.
Also, consider, as appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. The information for this factor shall be provided in Section H of the SF 330.
If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. *Completed PPQs should be incorporated into the SF 330 directly. PPQs should be submitted to the VHA PCAC directly. The PPQs will be counted towards the page limitations for this submission.
Knowledge of the locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, working with and local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. The information for this factor shall be provided in Section H of the SF 300. Note that the intent of this factor is to showcase a firms understanding of the site and locality, and not where the firm is located and how they would travel to the site. Information related to the firms location, shall be provided in Section H, under Secondary Selection Criteria Factor 1.
Experience in construction period services : 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, support of construction contract changes to include drafting statements of work and cost estimates, attendance at weekly conference calls, providing minutes of meeting between the A-E, VA, and Contractors, pre-final inspection site visits, generation of punch-list reports, and production of as-built documentation. The information for this factor shall be provided in Section H of the SF 330.
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 Perry Point VAMC, 59 Ave D., Perry Point, MD 21902. Determination of the mileage will be based on Google Maps (https://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 the SF 330 evaluations.
The secondary selection criterion will not be applied when determining a first SF 300
submission Excellent, Acceptable, Good, Marginal, or Unacceptable. The information
for this factor shall be provided in Section H of the SF 330.

SELECTION CRITERIA DISCUSSIONS (PHASE II)

(FOR INFORMATIONAL PURPOSES AT THIS TIME, DO NOT INCLUDE WITH YOUR 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.

V. A-E EVALUATION PROCESS
In accordance with the Selection of Architects and Engineers statute and FAR 36.6 - Architect-Engineer Services supplemented by VAAR 836.6 and the VAAM M836.6, the Government intends to award a mutually satisfactory contract after evaluation of SF 330s, discussions and negotiations. The contract will be awarded in accordance to FAR 9.1, Responsible Prospective Contractors.
VI. SUBMISSION REQUIREMENTS:
The below information contains the instructions and format 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 Shardae Webb Shardae.Webb@va.gov This shall include SF 330 and any applicable attachments.
All responses are due on or before Thursday , May 25, 2023, at 10:00 AM ET.
The SF 330 shall be submitted in one (1) 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; 36C77623R0093 EHRM Training and Admin Space Support Design Perry Point, MD
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 or Past Performance Questionnaires (PPQ) will not count as part of the page limitations. Pages that exceed the page limitation, and are not otherwise excepted from the page limitation, will not be evaluated.
A PPQ from previous projects may be submitted for this project. If significant portions of a project have been completed since the previous PPQ was filled out, a new PPQ should be submitted to accurately assess the project.
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) Unique Entity ID (UEI) 5) The e-mail address and Phone number of the Primary Point of Contact; 6) A copy of the firms VetCert Registry.
All questions shall be submitted via email to Shardae Webb Shardae.webb@va.gov by Thursday May 11, 2023, at 10:00 AM ET. Questions received after this date and time may not be answered. Questions will be answered through modification to the Pre-Sol Notice posted to Contract Opportunities at SAM.gov.
This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Offers received from other than SDVOSBs will not be considered. Offerors must be verified as SDVOSBs by the U.S. Small Business Administration (SBA) and visible in the Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) at the time of SF330 submission, written response submission, and award. Failure to be BOTH visible and verified at these times will result in the offeror being deemed unacceptable and ineligible for award.

NOTE: As of January 1, 2023, all SDVOSBs that were previously verified by VA s Center for Verification and Evaluation (CVE) are automatically granted certification by the SBA for the remainder of the firm s eligibility period. The SBA intends to grant a one-time, one-year extension of certification to current SDVOSBs verified by the VA as of the transfer date on January 1, 2023. This additional year will be added to the existing eligibility period of a current participant. New applicants certified by SBA after January 1, 2023, will receive the standard three-year certification period. The National Defense Authorization Act for Fiscal Year 2021 (NDAA 2021) grants a one-year grace period for self-certified SDVOSBs until January 1, 2024. During the grace period, self-certified businesses have one year to file an application for SDVOSB certification and may continue to rely on their self-certification to compete for non-VA SDVOSB set-aside contracts. Self-certified SDVOSBs that apply before January 1, 2024, will maintain their eligibility through the expiration of the grace period until SBA issues a final eligibility decision.
All joint ventures must be SBA verified at time of submission and submit agreements that comply with 13 CFR 128.402 prior to contract award.
All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer shall verify the NAICS code in VetCert. Failure to meet the NAICS code requirement may result in the rejection of the SF 330 submission.
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 View Changes
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >