SOURCES SOUGHT
C -- A/E Project # 402-24-113 Fisher House
- Notice Date
- 7/12/2024 11:55:19 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24124R0086
- Response Due
- 8/12/2024 12:00:00 PM
- Archive Date
- 11/10/2024
- Point of Contact
- Diane C. Davis, Contract Specialist, Phone: 207-623-8411
- E-Mail Address
-
diane.davis2@va.gov
(diane.davis2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- SPECIAL NOTICE REQUEST FOR QUALIFICATIONS (SF330) NAICS Code: 541330 Engineering Services (Small Business size standard $25.5 million dollars) INTRODUCTION: The VA Medical Center Togus in Augusta, ME has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services to run required utilities from the Togus Campus to the new location of the Fisher House site. The project includes site visits, field investigations, studies, coordination with existing studies and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades. Utilities must run within 5 feet of the Fisher House site perimeter. The project will include extensive site investigation services to determine the layout of the existing utilities and determine the best location in which to pull from existing utilities. This scope is comprised of Type A and B which will include concept and design and Type C services which consist of Construction Period Services (CPS). Period of Performance for A/E Type A and B services is 120 calendar days. Type C services will be issued as an option, which will include CPS through the construction phase of this work. CONTRACT INFORMATION: The VA Medical Center Togus in Augusta, ME has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services to prepare construction ready stamped design plans and specifications to run required utilities from the Togus Campus to the new location of the Fisher House site. 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 the Veteran Small Business Certification (VetCert) at 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 that in accordance with VAAR 852.219-73 - VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jan 2023)(DEVIATION) and FAR 52.219-75 Limitations on Subcontracting (Jan 2023)(DEVIATION), at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern or similarly situated concerns. SF330 packages shall address how firms anticipate meeting these criteria and shall identify expected percentage completion by the contractor and subcontractor concerns. 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 836.6 of the VA Acquisition Regulation. 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 discussions regarding concepts and the relative utility of alternative methods of furnishing the required services. After discussions, a final evaluation and ranking of firms will be established; the contracting officer will negotiate a contract award with the top-rated firm or move to the next highest rated firm if a fair and reasonable price cannot be negotiated. 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 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: Architect/Engineer to prepare construction ready stamped design plans and specifications to run required utilities from the Togus Campus to the new location of the Fisher House site. This scope is comprised of Type A, B and C services which will include concept, design and support through the construction phase of this work. Type C services will be issued as an option, which will include CPS through the construction phase of this work. 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: Evaluation Criteria Professional Qualifications Specialized Experience and Technical Competence Capacity Past Performance Knowledge of Geographic Location Commitment to the use of SDVOSB/VOSB and all other types of SB Subcontractors 7. Construction Period Services Experience SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 7) are provided below. 1. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. In addition, provide resumes of other relevant team members or frequent subcontractor who will perform technical tasks under this contract including their record of working together. 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. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. All proposed team members and supervisors shall have the minimum education, training, and experience 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 Hospital. Additionally, the firm shall address the criteria for meeting the Limitations on Subcontracting. 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. This factor evaluates the amount of experience the AE firm has in utility design, specifically underground utility design and evaluating their technical competence. The factor includes an emphasis, where appropriate, on the firm's experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; Emphasize any specialized experienced the firm has with reconstruction of utility design (preferably underground utility design). 3. CAPACITY This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the design project 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 firms office; indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; and any impact that may have on taking on a new project with the scope of reconstruction of interior spaces. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and if that workload would adversely impact a new project with the scope to reconstruct interior spaces design project, then demonstrate how the firm intends to increase its workload capacity to complete this project. 4. PAST PERFORMANCE NCO 1 will evaluate past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedule and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recency is defined as performance occurring within 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. Respondents with no previous past performance shall so state 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. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/recommendation as desired. Past Performance Questionnaires (Attached to this Notice): Respondents shall complete Section A (General Information) of the Past Performance Questionnaire and provide it to NCO 1 representative as part of the SF 330 submittal package. Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to each Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) identified in its SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications for this Contract . Sections B through D of the questionnaire shall be completed ONLY by the contract customer. The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to NCO 1 by the SF 330 submittal package due date identified in the Notice. Past Performance Questionnaire Sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent s contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to NCO 1 no later than the SF 330 submittal package due date designated in this Notice. Contract customer shall E-mail Past Performance Questionnaire Sections B through D. Respondents are notified that NCO 1 may use any additional sources of information available to it regarding the Respondent s relevant experience and past performance and consider the information thus obtained as part of this evaluation. 5. KNOWLEDGE OF GEOGRAPHIC LOCATION The A/E Firm must have a general knowledge of the locality of the project, to include knowledge of certain local conditions or project site features, such as geographical features, climate, local construction methods, construction firms and trades labor availability and local laws and regulations. 6. SDVOSB/VOSB/SB COMMITMENT The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. 7. 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, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. QUESTIONS AND COMMENTS: Questions and comments regarding this notice must be submitted by email only to the Contract Specialist Diane Davis at diane.davis2@va.gov . Oral questions will not be answered. The deadline for questions is July 26, 2024, 3PM EST. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no later than August 12, 2024, at 3PM EST. 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 diane.davis2@va.gov. 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. Absolutely no photographs shall be submitted. Title pages and tables of contents, if applicable, are excluded from the page count limitation. 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 parts I and II, specific information addressing each of the EIGHT selection criteria described in this Notice; the additional information required by this Notice and past performance questionnaire section A. 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 at the designated NCO 1 office 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 diane.davis2@va.gov. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Electronic copy shall be in searchable PDF format of the SF 330 parts I and II, questionnaire Section A and additional information requested by this Notice. 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, DUNs 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 Sections A through D Section E Section F Section G Section H Section I Questionnaire section A only 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 and VAAR citations referenced in this Special Notice can be accessed via the following internet links: https://www.acquisition.gov/far/index.html ATTACHMENTS TO THE SPECIAL NOTICE: Attachment 1 Past Performance Questionnaire Project Statement of Work END OF SPECIAL NOTICE ATTACHMENT - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTER Complete one set of letters and forms for each project identified in your firm s SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications for This Contract. Additional space or blank sheets may be added to answer any question. Transmittal Letter to Accompany Past Performance Questionnaire FROM: SUBJECT: Past Performance Questionnaire for Contract(s): _____________ is currently responding to Department of Veterans Affairs (NCO 1) request for SF 330, Architect-Engineer Qualifications for a standard design. This Request for SF 330 s requires respondents to identify customers and solicit their response regarding __________ performance. _______________ is providing past performance data to NCO 1 relating to our performance on contract ______________________________ and have identified _____________ as the point of contact for this contract. The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it directly to the NCO 1 Contracting Office Contracting Officer. The requested data should be submitted by email to the Government representative identified below. Diane C. Davis E-mail: diane.davis2@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to ____________. Please direct any questions about the acquisition or the attached questionnaire to the VISN 1 NCO point of contact identified above. Thank you, Signature A. GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: _____________ Telephone: _________________ Address: ______________ Email address: ____________________ _______________ Point of Contact: __________________ __________________________ __________________________ Firm Cage Code: ________ Firm Tax ID Number: Firm DUNS Number: Project Title: Description of Project: Description of A-E Firms Responsibilities: Contract Number: __________________ Dollar Amount: $ Contract Period of Performance: The A-E Firm performed as the o Prime Contractor Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm: 100% design Other (Please describe) _______________ B. EVALUATOR INFORMATION: Evaluator s Company or Agency Name:_________________. Evaluator s Name: _____________________ Address: ____________________ Title of Evaluator: ______________________ ___________________ Telephone: _________________ E-mail: _________________________ SEND COMPLETED QUESTIONAIRE (SECTIONS B through D) TO: Diane C. Davis E-mail: diane.davis2@va.gov D. PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company s expectations. The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM S NAME: PROJECT NAME: Contract Period of Performance: Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. Place an X in the appropriate column using the definitions matrix on page 4. Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E s personnel. 2. A/E s ability to identify and resolve design issues expeditiously. 3. A/E s responsiveness to design review questions. 4. A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. A/E s effectiveness and responsiveness in interfacing with the Client s staff 6. Overall accuracy, completeness and coordination of final design documents. (Quality) 7. A/E s ability to provide detailed, accurate cost estimates. 8. A/E s ability to meet contract schedule. Follow-On Construction Support Services: 9. Thoroughness and timely review of construction submittals. 10. Timely resolution of construction design issues. 11. Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12. Overall accuracy, completeness, timeliness and coordination of LEED documentation. 13. A/E s ability and understanding of the overall LEED process. BIM (If Applicable): 14. Overall accuracy, completeness, timeliness and coordination of BIM documentation. 15. A/E s ability and understanding of the overall BIM process. Owner s Representative on Design/Build Projects (If Applicable): 16. Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 17. A/E s ability, thoroughness, timeliness and support as Owner s Representative throughout the project. Overall: 18. How would you rate the A/E s ability to control cost? 19. How would you rate the A/E s overall management performance on this contract? x 20. How would you rate the A/E s overall technical/quality performance on this contract? x 21. Would you use this A/E again? (If No , please comment in the Narrative Summary) YES NO Number of A/E Design Errors & Omissions on Project: ______________ Increased Project Cost Due to A/E Design Errors & Omissions: ______________ CONTRACTOR S NAME: PROJECT NAME: Contract Period of Performance: Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) Item COMMENTS 36C24122R0077Supplement B Page 1 of Page 13 of 13 Page 1 of
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a031074684774bd8a6c5ff4787ac92c4/view)
- Place of Performance
- Address: Department of Veterans Affairs VAMC Togus 1 VA Center, Augusta 04330
- Zip Code: 04330
- Zip Code: 04330
- Record
- SN07127163-F 20240714/240712230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |