Agency: | |
---|---|
State: | Virginia |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) |
Posted Date: | Mar 13, 2024 |
Due Date: | Apr 12, 2024 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS 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.
1. 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, and reports, and construction period services for Project # 520-332 Expand Behavioral Health, Lab, and Imaging at Eglin Air Force Base, VA Clinic, Eglin Air Force Base, Florida. 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 (FAR) subpart 36.6 “Architectural and Engineering Services,” VA Acquisition Regulation (VAAR) 836.6, and VA Acquisition Manual (VAAM) M836.6 Architect-Engineer Services. 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.
2. PROJECT INFORMATION
This project is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The NAICS code for this procurement is 541310 “Architecture Services” and the annual small business size standard is $12.5M. A full design team is required to complete this project. The VA expects to award the anticipated A-E contract in late June 2024.
The anticipated period of performance for completion of design is 280 calendar days after notice of award (NOA). The VAAR magnitude of construction is between $10,000,000 and $20,000,000. Please note that the 280-calendar-day period of performance for the design completion begins with the issuance of the NOA and that a notice to proceed (NTP) will not be issued for the completion of a design project.
3. A-E SELECTION PROCESS
Firms submitting SF 330s 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:
4. 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.
A resume for each of these key positions must be provided via Section E in the SF330. Key positions and disciplines required for this project include, but are not limited to:
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 SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs by the Small Business Association’s Veteran Small Business Certification (VetCert) in compliance of VA Acquisition Regulation (VAAR) 852.219-75.”
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.
Submissions shall include no more and no less than five (5) recent and relevant Government and private experience projects similar in size scope and complexity, and experience with the type of projects/competence above. “Relevant” is defined as those task requirements identified in the Statement of Work. “Recent” is defined as services provided within the past five (5) years. Each project shall include the following:
Section G will used to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided relevant projects.
The offeror shall include narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated.
CPARS or PPQs (if no CPARS is available) must be provided, with the SF330, for projects submitted under Factor 2 (Specialized Experience).
If the firm (Prime or Subcontractor) was not the Prime contractor on any project submitted in the SF330, a PPQ must be submitted listing their specific role (key disciplines) as a subcontractor. The PPQ should be rated and signed by the evaluator. If a firm does not receive a requested complete PPQ from an evaluator prior to the time for submission, the firm shall submit the partially completed PPQ with Section 1 and the Evaluator Information in Section 2 completed. Ensure a POC is listed with the project title/contract number. The VA will make reasonable attempts to contact the POC upon submission for PPQ completion.
The Government may consider additional performance related information regarding the firm, to include customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The Government reserves the right to contact any POC listed on a CPARS report or PPQ. If appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services may be evaluated.
Failure to provide requested data, accessible points of contact, or valid phone numbers will result in a firm being considered less qualified. The information for this factor shall be provided in Section H of the SF 330.
For PPQs, please utilize the attached PPQ document.
CPARs and PPQs shall be incorporated into the SF 330 directly. CPARs and PPQs shall not be submitted to the VHA PCAC directly. CPARs and PPQs will not be counted towards the page limitations for this submission.
Note that the intent of this factor is to showcase a firm’s understanding of the site and locality, and NOT where the firm is located, how far away the firm/branch office is from the site, and how they would travel to the site. Information related to the firm’s location shall instead be provided in Section H under Secondary Selection Criterion Factor 1, Geographic Location. See below.
The firm shall provide a detailed description of projects worked that illustrate experience in these ten (10) areas. Projects must be within the last five (5) years.
In addition, the firm must include a description of experience addressing unforeseen conditions and emergent situations, conducting situation evaluations and make midcourse corrections. Include description on how the firm can be proactive or responsive in these situations.
The information for this factor shall be provided in Section H of the SF 330.
Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror’s principal business location and the Eglin Air Force Base, VA Clinic, 100 Veterans Way, Eglin Air Force Base, Florida. 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 discussions. The secondary selection criterion will not be applied when determining a firm’s SF 330 submission.
5. SUBMISSION REQUIREMENTS:
The below information contains the instructions and format that must be followed for the submission of the SF 330 Statement of Qualifications:
1) SAM Unique Entity Identifier
2) Tax ID number
3) Cage code
4) Primary point of contact’s email address and phone number
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Follow C1DA--AE NRM 687-24-103 Renovate B31 and B41 for Warehouse Space Active Contract
VETERANS AFFAIRS, DEPARTMENT OF
Bid Due: 4/26/2024
Follow FEMA/MWEOC Architect/Engineering IDIQ Active Contract Opportunity Notice ID 70FA5024R00000001 Related Notice Department/Ind.
Federal Agency
Bid Due: 10/16/2024
Views: Current Version ( 59 ) All Versions ( 67 ) Details RFP-62727
State Government of Virginia
Bid Due: 5/14/2024
IFQC 898182101-1 A/E Services for Small Projects Status: Open Time Left:1825 days Closing:
State Government of Virginia
Bid Due: 8/01/2026