C1DA–A/E F-Wing Roof Replacement | Request for SFF330s | 558-22-150
Notice ID: 36C24624R0043

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY. This request for A-E firm qualifications packages is 100% set-aside for Small Business. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract. GENERAL INFORMATION: The Department of Veteran s Affairs, Durham Veteran s Administration Medical Center (VAMC), is seeking and intends to award a firm fixed-price contract for Architect-Engineering (A/E) Services for the F-Wing Roof Replacement, Project #558-22-150. The A-E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service-Small Business set-aside, you are verifying your company meets the status requirements of a Small Business. The Durham VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Erica Manglona, Contract Specialist Email: erica.manglona@va.gov PROJECT INFORMATION: Project No. 558-22-100 Project Title: A/E F-Wing Roof Replacement Durham VA Medical Center 508 Fulton Street, Durham, NC 27705-3897 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. The PSC Code is C1DA Architect and Engineering Construction: Hospitals and infirmaries. The projected award date for the anticipated A-E contract is on or before June 13, 2024. The NAICS code for the related anticipated Construction project is projected to be 236220, Commercial and Institutional Building Construction, magnitude of construction is predicted to be between $1,000,000 and $5,000,000. The anticipated award date of the construction phase of the project is (TBD) to be determined. An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Design shall also meet all applicable codes and standards. Proposed work is located at the Durham VA Medical Center; F-Wing. ESTIMATED START AND COMPLETION DATES: Anticipated Design completion (from Notice to Proceed): 180 calendar days; includes VA design reviews. Procurement timeframe: 180 days from the time Engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process. Construction period services: 365 calendar days from construction award date Total contract period: 725 calendar days Initial PDT Meeting 0 days Design Development Documents (35%) 70 days (PDT Meeting) 84 days Design Development Documents (65%) 116 days (PDT Meeting) 130 days Design Development Documents (95%) 158 days (PDT Meeting) 172 days Final Construction Bid Documents 180 days (20 Sets of Drawings and Specifications) (See Table 2) The A/E shall prepare a submission schedule based on their understanding of the design, allocated time for each applicable phase, and their staffing workload. The schedule is negotiable so that the timeframes are mutually agreeable to the A/E and VA. See Attached SOW & Appendices Appendix A: Assessment and Design Phases and Requirements Appendix B: Environmental Assessment Scope of Work Appendix C: PCRA Introductory Information and Instructions Appendix D: VHA Pre-Construction Risk Assessment (PCRA) and VHA Infection Control Risk Assessment (ICRA) Appendix E: Site Layout Appendix F: Satellite Image of the DVAHCS END SOW A-E SELECTION PROCESS: (1) Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five (5) years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed small/medium projects through construction (> $750k construction budget). The A/E shall: Provide a narrative that illustrates that the A/E firm s staff representing the project or signing/stamping drawings in each discipline pertinent to this project possess a minimum of five (5) years of experience on Hospital projects 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, license numbers, and/or proof of licensure. What will be the role of interns if used during design? Evidence of the A/E experience with complete design solutions and construction for removing and replacing building roofing with a construction magnitude of at least $750k. The evidence of A/E experience shall include expertise in identifying and documenting hazardous materials such as asbestos throughout the project area during the design phase. The specific job titles and engineering disciplines required for this contract are below. Technical Disciplines Job Titles Architectural Project Architect Civil Project Environmental Engineer Mechanical Project Mechanical Engineer Electrical Project Electrical Engineer Project Management Project Manager (2) Past performance, under FAR 36.602, is described as contracts with Government agencies and private industry for recent any contract performance occurring within five (5) years of this Special Notice date or beginning no less than one (1) year in a hospital setting and relevant projects any projects that are similar in scope and complexity to the type of project anticipated under the resultant contract in terms of cost control, quality of work, and compliance with performance schedules. The A/E shall: Provide Recent and Relevant Contractor Performance Assessment Reporting System (CPARS) data. CPARS may be accessed. If no past performance data is available, the A/E must complete and submit the Past Performance Questionnaire (PPQ), attached to this Special Notice for Qualifications, for the project's intent. Include Past Performance with ratings satisfactory and above noting in CPARS in the last five years while working on hospital projects [minimum three (3) roofing projects]. Provide the following information for each identified recent and relevant and past performance contract: Contract Number and/or Task Order Number, Obligation Number/Purchase Order (PO) Number, Project Title, Prime Firm Name and Subconsultant Names (if any), Start Date and Completion Date, Construction Dollar Amount. The firm shall provide a table of at least three (3) comparable projects, comparing their estimated cost with the bid/award amount during construction. In addition, the Firm shall include their projected project duration versus the actual. (3) Capacity to accomplish the work in the required time for both the prime and subconsultants. This factor evaluates the Firm s ability, given its current projected workload (percentage) and the availability of its key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the Firm s office. Indicate the Firm s present workload in key disciplines, including all VA contracts awarded in the last 12 months and the project team s availability (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and completing multiple projects with similar delivery dates. (4) Construction Period Services Experience Describe Construction Period Services Experience for projects similar in scope and complexity, which may include, but is not limited to, the following aspects: Professional field inspections and project progress meetings, Review of construction submittals and participation in answering RFIs, Support with construction contract changes to include drafting statements of work and preparing Independent Government Cost Estimates (IGCEs), Support with construction project s closeout items (e.g., as-built drawings). (5) Record of significant claims against the Firm because of improper or incomplete architectural and engineering services. Elaborate on any instances where the A/E firm failed to deliver project documents (e.g., final drawings & specifications, permits, and testing reports) and/or technical services during construction. The failure might not have been entirely the A/E s responsibility. (6) Locality and/or Ability to be on Location Please provide the name and address of the A-E Firm s nearest branch office to the Durham VAHCS in North Carolina. The prospective firm must be available for potential short notice site visits to address the needs of the facility, especially during CPS (Construction Period Services). In lieu of local offices, firm must commit to being readily available in the event of unforeseen circumstances. Selection Criteria Professional Qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) specific completed projects through construction. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting. Capacity to accomplish the work in the required time for both the prime and subconsultants (CPS) Construction Period Services Experience Record any significant claims against the firm because of improper or incomplete architectural and engineering services. Locality/Ability to be on Location responsiveness to questions and/or design issues on site is required to ensure project timelines are maintained. VENDOR QUESTIONS: All questions shall be submitted to the Contract Specialist erica.manglona@va.gov no later than 10:00 AM EST on February 9, 2024. SF330s SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to erica.manglona@va.gov no later than 10:00 AM EST on Monday, February 26, 2024. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24624R0043 F-Wing Roof Replacement, Project #558-22-150 (1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT: 1) Cage Code 2) UEID Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, large, etc.). 6) A SIGNED copy of the completed VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. (NOTE: The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award.) The firm and or A-E on staff representing the project must follow State of North Carolina guidelines under State law for all licensing requirements to sign and seal drawings. Each respondent must be able to demonstrate the ability to comply with the Limitations on Subcontracting, in accordance with FAR Clause 52.219-14. Electronic submittals 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 considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: www.SAM.gov for any revisions to this announcement prior to submission of SF330s.

Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
Contract Opportunities
Notice Type
Presolicitation
Updated Date
2024-01-26
Published Date
2024-01-26
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with