Federal Contract Opportunity

Last Updated on 10 Apr 2024 at 8 PM
Special Notice
Augusta Maine

C1DB--631-24-001 A/E Renovate and Expand Dental Services SF330 Request for Qualifications

Details

Solicitation ID 36C24123R0164
Posted Date 10 Apr 2024 at 8 PM
Response Date 31 Jul 2024 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 241-network Contract Office 01 (36c241)
Agency Department Of Veterans Affairs
Location Augusta Maine United states 04330

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now
The NAICS code is 541330 Engineering Services, and the small business size standard is $25.5 million. INTRODUCTION: The purpose of this SF330 Request for Qualifications is to provide for the selection of the highest rated A/E firm whose qualifications best represent the Government to provide the design services necessary for the 631-24-001 Renovate and Expand Dental Services at the VAMC CWM. The request will be taking into consideration FAR 36.6 Architectural and Engineering Services, VAAM 836.602-1 and the Selection of Architects and Engineers statute (formally called the Brooks Act). CONTRACT INFORMATION: The VA Medical Center (VAMC) CWM, located at 421 North Main Street, Leeds, MA has a requirement to provide professional A/E Services necessary to develop for bid a complete construction package with investigations, specifications, drawings, cost estimates, associated with the renovation and expansion of dental services on the Edward P. Boland VA campus in Leeds, Massachusetts. Building 1 and Building 3 shall be assessed to determine which location will be the most efficient space for dental services. Building 1 East wing consist of approximately 10,300 square feet and Building 3 consist of approximately 14,638 square feet. The design services shall include, but is not limited to: Conduct preliminary project scope meetings and site survey investigations to develop the necessary elements for conceptual layout schemes with proposed alternatives consistent with the VA s project team goals as prioritized during preliminary project meetings, field surveys and studies. There is an existing design to renovate building 3 for clinical administration that has been approved and could be used to minimize building 3 design efforts. D. The A/E is to provide an alternative conceptual layout at the 15% submission along with a narrative and preliminary cost estimates for review. Work shall include, but not be limited to, architectural, interior finishes, mechanical (plumbing, fire protection and HVAC), electrical, structural, asbestos and lead paint removal, and other specialty consultants required pertinent to the project requirements within the constraints of the construction budget consistent with the VA s project team goals as prioritized during project meetings and field surveys. All finishes shall be coordinated with VA Central Western Massachusetts Interior Designer. The project will use an existing design to renovate building 3 for clinical administration that has been approved and could be used to minimize building 3 design efforts. The A/E firm is to take the original statement of work and create a new design shall comply with current VA Design Manuals, Life Safety, NFPA, ABAAS, etc., requirements. The magnitude for construction is between $10,000,000 and $15,000,000. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-73 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and SBA Veteran Small Business Certification (VetCert https://veterans.certify.sba.gov/). VetCert will be used to determine SDVOSB/VOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541330 at the time SF330 s are submitted. Prospective firms are reminded they must certify that in accordance with VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, in the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. 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 M836.602-1 of the VA Acquisition Manual. 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 on the VA Form 6298 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. 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. PROJECT INFORMATION: Provide Architect/Engineer services to develop complete drawings, specifications, cost estimates and construction period administration services associated with the 631-24-001 Renovate and Expand Dental Services. 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. Knowledge of the Locality 6. Experience in Construction Period Services 7. Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors F. SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 7) are provided below. Specialized Experience/Technical Competence Provide recent and relevant projects related to the Statement of Work with a similar magnitude (magnitude of construction for the design is between $10,000,000 and $15,000,000) that demonstrates experience with renovating an existing space for Dental Services using the VA Design Guides, the HVAC Design Manual, and the VA Space Planning Criteria. Include experience with current Federal and Massachusetts Regulations and Mercury Amalgam Separation Systems, waste disposal, and integrated dental systems. Recency is defined as performance occurring within five (5) years of the date of this notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract. This factor evaluates the amount of experience and technical competence the architectural firm has in designing similar types of projects. Respondents must provide five (5) recent and relevant projects; any project provided in addition to the five (5) will not be evaluated as part of this criteria. The following information is required for all projects provided under this criteria: Contract/Task Order Number Project Title Prime Firm Start and Completion dates Cost of Construction (or estimated cost if not under construction) Description of the project and how it is relevant to the scope of this project Professional Qualifications Professional qualifications necessary for satisfactory performance of required services. The A/E firm will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel as is normally expected of a company actively providing the required services and shall have demonstrated experience to perform a project such as this within a VA Medical Center or hospital environment. Firms shall provide brief resumes of proposed team members specifically Project Managers and designers of record, Architecture, Mechanical/Plumbing Engineering, Electrical Engineering, Structural Engineering, Hazardous Material Abatement/Industrial Hygiene, Fire Protection Engineering, and Cost Estimation. Subcontractor team member resumes shall indicate their record of working together with the prime contractor. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline, and this must be shown on their resume. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience in their technical field relevant to this project scope; any project provided in addition to the three will not be evaluated as part of this criteria. Capacity Capacity to accomplish work in the required time. The A/E Firm shall show current and projected workload within the firm overall and for the specific team members. Documentation supplied shall support that the firm has the capacity to accomplish the work in the required time. In addition, please highlight all work awarded by the VA in the previous twelve (12) months. Past Performance Firms will be evaluated for past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, professional performance, general management, cooperativeness, quality of work, compliance with performance schedule, and a record of significant claims against the firm due to improper or incomplete A/E services (references required). The evaluation may consider Past Performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to this acquisition. Past Performance information on contracts not listed by the offeror may also be evaluated. The Government may contact references and contact parties other than those identified by the offeror, and information received may be used in the evaluation of the offeror s Past Performance. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate, and complete Past Performance information rests with the offeror. The Government reserves the rights to obtain and evaluate Past Performance information from any source it deems appropriate. Respondents with no previous past performance shall state so when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities. The following information is required for evaluation of past performance: The A/E firm shall submit past performance evaluations (from CPARS if experience was on a Government contract) for projects provided under Evaluation Criteria 1, Specialized Experience/Technical Competence. In addition to the past performance evaluations the firm shall provide owner points of contact for each project listed to include name, title, telephone number, e-mail, contract number, project name, project description, and start and completion dates. Recency is defined as performance occurring within five (5) years of the date of this notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this notice. Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. PPQs shall be submitted to the CO not later than the closing date for receipt of the SF 330s. Email PPQs to [email protected]. The subject line shall state 36C24123R0164 Past Performance for (Name of Company.) NOTE: A/E Firms must not review the Past Performance Questionnaire prior to submission. They must be submitted by the client/evaluator directly to the CO. Firms should follow up and encourage references to get the questionnaires to the CO in a timely manner. Do not include copies of the letters or questionnaires in the SF 330 package. 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 Location in the general geographical area of the project and knowledge of the locality of the project. The A/E Firm must demonstrate that it has general knowledge of the locality of the project by providing experience working in Massachusetts or the general geographical area of the project and displaying knowledge of the locality to include project site features such as permit requirements and local laws and regulations. Respondents will be evaluated by providing three (3) projects that demonstrate their knowledge of the locality; any project provided in addition to the three will not be evaluated as part of this criteria. Experience in Construction Period Services Respondents must provide one (1) recent project from the five (5) projects provided under Factor 1, Specialized Experience, and provide a narrative on how the A/E incorporated the following into their project: 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 Any project provided in addition to the one (1) will not be evaluated as part of this criteria. Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors Respondents must provide a narrative on how they will commit to the use of Service-Disabled Veteran-Owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. QUESTIONS AND COMMENTS: Questions and comments regarding this notice must be submitted by email only to the Contract Specialist, Brian Kelly at [email protected]. Oral questions will not be answered. The deadline for questions is November 15, 2023, at 1:00PM EST. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no later than 1:00PM EST on December 4, 2023. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. Qualified A/E firms are required to submit ONE (1) electronic copy via email to Brian Kelly at [email protected]. If file size exceeds 7MB then firms are required to send multiple emails with a sequence stating email 1 of __. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. 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. Telephone or Fax inquiries will not be accepted. SF 330 PACKAGE CONTENTS: The SF 330 submittal packages shall consist of a completed SF 330, specific information addressing each of the seven selection criteria described in this Notice: Respondents are required to meet all requirements in addition to those identified as selection criteria. SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. Any SF 330 submittal package, modification, or revision, that is received 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. SF 330 PACKAGE PREPARATION: Qualified A/E firms are required to submit ONE (1) electronic copy via email to Brian Kelly at [email protected]. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Electronic copy shall be in searchable PDF format. 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, UEI number, date of response, title and Notice identification. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. A table of contents shall be provided for ready reference to sections and figures. 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. Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). FAR and VAAR: The FAR, VAAR, and VAAM citations referenced in this Special Notice can be accessed via the following links: FAR: https://www.acquisition.gov/ VAAR: https://www.va.gov/oal/library/vaar/index.asp VAAM: https://www.va.gov/oal/library/vaam/ END OF SPECIAL NOTICE

Similar Awards

Location Unknown 09 Dec 2015 at 6 PM
Location Unknown 22 Sep 2006 at 4 AM
Location Unknown 23 Aug 2013 at 7 PM
Malmstrom air force base Montana 10 May 2019 at 7 PM