Texas Bids > Bid Detail

C1DA--Construct 14,000SF Women’s Health and Primary Care Expansion Minor Design - Houston VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159271293969439
Posted Date: Mar 23, 2023
Due Date: Apr 24, 2023
Solicitation No: 36C77623R0080
Source: https://sam.gov/opp/fbb2296b99...
Follow
C1DA--Construct 14,000SF Women’s Health and Primary Care Expansion Minor Design - Houston VAMC
Active
Contract Opportunity
Notice ID
36C77623R0080
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: Mar 23, 2023 11:00 am EDT
  • Original Published Date: Mar 23, 2023 10:49 am EDT
  • Updated Response Date: Apr 24, 2023 04:00 pm EDT
  • Original Response Date: Apr 22, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 21, 2023
  • Original Inactive Date: Jul 21, 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:
    Michael E. DeBakey VA Medical Center 2002 Holcombe Blvd. Houston , TX 77030
    USA
Description View Changes

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 Women s Health and Primary Care Expansion-Design at the Michael E. DeBakey Veterans Administration Medical Center (VAMC) in Houston, 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 $25.5 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 July 2023. In accordance with VAAR 836.204, the magnitude of construction is between $10,000,000 and $20,000,000.The anticipated period of performance for completion of design is 285 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 pre-solicitation 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) Specialized experience and technical competence in the design, construction, and construction period services provided for Women s Health and Primary Care. Any past performance information on projects should include relevant work with Hospitals, Civil, Architectural, Mechanical, Structural, Electrical, and physical security installation. Include no more than six (6) Government and private projects that demonstrate relevant experience with project that are similar in size, scope and complexity, and experience with specialized building types requiring Women s Health and Primary Care. Any more than six (6) will not be evaluated. Offeror shall include at least two (2) examples of Women s Health and Primary Care design experience. AE shall have at least five (5) years experience with designs in hospitals or other hospitals related facilities. 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 rate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Professional qualifications (section C through E) : Professional qualifications necessary for satisfactory performance of required service. The 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. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Provide Professional License numbers and/or proof of Licensure. Disciplines required for this project include, but are not limited to: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Geotechnical, Hazardous Material Abatement, Physical Security, Cost Estimation, Commissioning, Project Management. The evaluation shall consider the specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as fulltime 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. 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 of 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. Capacity: 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 ability to meet the 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. 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 (section H): 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, and 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 SF330 directly. CPARS data and PPQs do not count toward the page limitation. Knowledge of the locality (section H) 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. Experience in construction period services (section H) Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, sup-port in answering requests for information (RFI s) 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 meetings between the AE, 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 Michael E. DeBakey VA Medical Center in Houston, Texas, 2002 Holcombe Boulevard Houston, TX 77030-4211 Determination of the mileage will be based on Google Map 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 April 24, 2023, at 4:00 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; 36C77622AP4042 Houston TX Women s Health Minor Design." 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) SAM Unique Entity Identification Number; 4) Tax ID Number; 5) The Email address and Phone number of the Primary Point of Contact; 6) 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

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 >