SOLICITATION NOTICE
C -- Project 541-25-504 - AE Replace Rehab Medicine AHU
- Notice Date
- 5/5/2025 5:20:04 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025R0085
- Response Due
- 6/5/2025 12:00:00 PM
- Archive Date
- 06/20/2025
- Point of Contact
- Stanley R Burdine
- E-Mail Address
-
Stanley.Burdine@va.gov
(Stanley.Burdine@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- REQUEST FOR SF330 1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 541-25-504, A/E Design Replace Rehab Medicine AHU at the Louis P. Stokes Cleveland VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via Sam.gov. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. 2. DESCRIPTION: The AE firm shall provide all programming, design Submissions, Site Investigation/Field Verification Services, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, and Construction Administration Services for the project A/E Replace Rehab Medicine AHU, located on the Louis P. Stokes Cleveland Veterans Affairs Medical Center, 10701 East Boulevard, Cleveland, OH 44106. See attached Statement of Work for further requirements Period of Performance: 133 Calendar Days after Contractor�s receipt of Notice to Proceed Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $25,000 and $100,000 (See FAR 36.204) NAICS Code: 541330 Size Standard: $25.5 Million 3. DSBS & SAM: in accordance with VAAR 819.7003(b) (Deviation), at the time of offer/quotes (SF330 submission), and at the time of award of any contract, the offeror must represent to the contracting officer that it is a � (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) Deviation � [Certified] SDVOSB/VOSB [listed in] the [SBA certification database (aka DSBS) at Dynamic Small Business Search (see 13 CFR 128)] If registration is required, visit Dynamic Small Business Search. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. 4. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1: The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a. Experience and Technical Competence (30% weighting) b. Professional Qualifications (20% weighting) c. Firm�s Capacity (20% weighting) d. Past Performance (20% weighting) e. Geographic Location (5% weighting) f. Extent of participation as subcontractors (5% weighting) The government will evaluate information based on the evaluation procedures authorized in FAR 36.602-1, Selection Criteria, and VAAM 836.602-1, Selection Criteria, using the following evaluation criteria: Firms responding to this notice shall do so using Standard Form 330 (SF-330) and will be evaluated and ranked using the selection criteria listed below. The evaluation factors are to be addressed in Section H of the SF-330 unless otherwise detailed below. The evaluation will consider how each factor is addressed to coincide with the selection criteria. The factors are individually weighted as indicated. A. Specialized Experience and Technical Competence (30% weighting) Work shall include programming, Design Submissions, Site Investigation/ Field Verification, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, System Integrator Services and Construction Administration Services. Include Government and private sector experience on projects similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. 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. Demonstrate experience and competence with comparable air-handling unit replacement projects that: a. Identified suitable rooftop air handling unit to meet space temperature/ dehumidification requirements for an existing patient care area. b. Provided sequence of operations, I/O points list, and controls drawings. c. Integrated controls with existing building management system to include similar graphics/controls as other facility AHUs. d. Used a Master Systems Integrator (MSI). e. Performed construction period services, including: � 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. Submit at least three but no more than five projects completed within the last five years: � Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e., Prime Contractor, Teaming Partner, or Subcontractor � Project Owner, owner�s point of contact including telephone number and email addresses � Services & Deliverables provided under the contract/ task order � Period of Performance, including start and completion dates � Total dollar value of the project Provide the project title, location, and brief work description, including: a. Strategy used to identify replacement air handing unit that met project requirements. b. Project area use and square footage. c. Contracting method, including start and completion dates (original vs. actual) for completed work. d. Prime contractor, major subcontractors, contractor team arrangements. The submitted projects will be used to evaluate the specialized experience and technical competence of the architect-engineer. Offeror shall provide a Summary Page of its recent and relevant specialized experience and technical competence which is similar in size, scope, and magnitude to this requirement. �Relevant� is defined as those task requirements identified in the RFP�s Scope of Work. �Recent� is defined as services provided within the past five (5) years. B. Professional Qualifications (20% weighting) necessary for satisfactory performance of required service. Provide resumes of key personnel to demonstrate relevant qualifications and experience. The resumes shall include: a. Name of the individual, company position, years with the company. b. Air handling unit work experience, certifications, and educational background. c. Tasks to be assigned on this project. The submitted resumes will be used to evaluate the professional qualifications of the architect-engineer. The Architects and Engineers on the firm�s staff representing the project of signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience 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 and license numbers and/ or proof of licensure. At a minimum, the offeror shall describe the professional qualifications of project team and have not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architectural, Structural, Civil, Landscape, Electrical, Mechanical, Plumbing, Fire Protection, Industrial Hygiene, Life-Safety, Technology, Cost Estimation, Project Management, Construction Administration Services. The evaluation will consider education, certifications, training, registration, overall and relevant experience, longevity with the firm and history of working with other members of the team. C. Firm�s capacity (20% weighting) to accomplish work in the required time. Identify main disciplines and tasks for the project. Provide quantity and availability of key personnel in these disciplines for the project. The submitted information will be used to evaluate the ability to meet the project schedule. The evaluation will consider the firms number of current contracts, the firms plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines in order to determine their capacity to complete the project work. Describe the firm�s ability to accomplish the work in the required time, including existing workload from all private and public clients and awards of similar type to this project that may limit the AE�s capacity to perform the project work expeditiously. D. Past performance (20% weighting) on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, recommendation letters, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Provide a summary description of at least three but no more than five prior projects completed within the last five years of comparable scope, size, and complexity, including: a. Contract number, brief description of the project, type of contract, amount of the contract. b. Name, phone number, e-mail address for contracting officer/contracting officer representative. c. Performance reviews and ratings. The submitted past performance will be used to evaluate the ability to successfully perform the scope of work. Items to be evaluated include quality of services and staying on schedule with deliverables. The Government reserves the right to also evaluate past performance on previously awarded federal task orders and any other information available. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. E. Geographic Location (5% weighting) It is important that the offerors be responsive in a timely manner to being onsite to support this project. Offerors shall provide the travel time that the prime contractor and each of their subconsultants that need to be onsite are away from the Louis Stokes Cleveland VA Medical Center by car and air (if applicable). The SSEB will evaluate the lowest aggregate time from each offeror divided by the total number of prime/ subcontractors to arrive at an average travel time for that offeror. The SSEB will then rank the average travel time from each offer from the lowest to highest (the lower the time, the better the ranking). Provide: a. Primary means of travel (car, plane, etc.). b. Length of time (in hours) between departure from architect-engineer office to arrival at project location. The submitted information will be used to evaluate physical response time to the Louis Stokes Cleveland VA Medical Center. F. Extent of participation as subcontractors of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses (5% weighting) Provide a percentage of the total estimated effort that will be used to select service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors on this project. The submitted information will be used to evaluate small business subcontractor participation for this project: a. SDVOSB shall be given greatest preference. b. VOSB shall be given great preference. c. All other small businesses to be preferred. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part IA to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. 5. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions have concluded, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under VAAM 836.602-1, Selection Criteria. Negotiations will then begin with the most preferred firm. 6. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-73 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-73(d)(1)(5), it states: (1) Services. In the case of a contract for services (except construction), 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 listed in the SBA certification database (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. (5) Subcontracting. An SDVOSB subcontractor must meet the NAICS size standard assigned by the prime contractor and be certified and listed in the SBA certification database to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy via e-mail: a. See attachments for procedures (i.e., eCMS Getting Started Guide for Vendors & eCMS Vendors_Guide_v4_2); b. Size limitation is 20MB; The SF330s are due on Thursday, 5 June 2025, at 3PM EST. Acceptable electronic formats (software) for submission of SF330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger; (d) Please note that we can no longer accept .zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the �Find a Form� block and click on search. 8. No Fax or Telephonic Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Stanley.burdine@va.gov. 9. VA Primary Point of Contact: - Stanley Burdine - Contract Specialist - Email: Stanley.burdine@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3c23b2ba9156456188658c1ff0551810/view)
- Place of Performance
- Address: Cleveland, OH 44106, USA
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN07430538-F 20250507/250505230039 (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 |