SOLICITATION NOTICE
C -- 578 25 010 Design Upgrade Chillers for Buildings 113 and 128
- Notice Date
- 6/20/2025 9:30:15 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225Q0353
- Response Due
- 7/10/2025 8:00:00 AM
- Archive Date
- 09/08/2025
- Point of Contact
- Kaiden A Haynes, Contract Specialist, Phone: 414-844-4800
- E-Mail Address
-
kaiden.haynes@va.gov
(kaiden.haynes@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- REQUEST FOR SF 330 36C25225Q0353 Project 578-25-010 Upgrade Chillers for Buildings 113 and 128 Design/Engineering Services SF-330 Package Due: July 10, 2025 at 10:00 a.m. CST (see details below) Points of Contact: kaiden.haynes@va.gov 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 578-25-010 Upgrade Chillers for Buildings 113 and 128 at the Edward J. Hines VA Hospital in Hines, IL. 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 top-rated firm for which negotiations will commence in accordance with FAR part 36. 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), FAR Part 36.6 and VA Acquisition Regulation 836.6. Period of Performance: 263 Calendar Days Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $2,000,000 and $5,000,000 NAICS Code: 541310 Size Standard: $7.5 Million is being replaced for this notice with NAICS Code:541330 Size Standard: $25.5 Million SBA & SAM : in accordance with VAAR 819.7003, at the time of SF330 submission and prior to 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) SDVOSB listed as verified in SBA at: https://veterans.certify.sba.gov/ Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database 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. GENERAL DESCRIPTION: This publication is a Request for SF330s for the architectural services related to Project 578-25-010 Upgrade Chillers for Buildings 113 and 128 at the Edward J. Hines VA Hospital in Hines, IL. Interested firms shall submit a formal SF-330 package. https://www.gsa.gov/forms-library/architect-engineer-qualifications The resultant contract shall require the firm to provide a complete design and construction period services (construction administration) for all necessary requirements to renovate portions of the Upgrade Chillers for Buildings 113 and 128 at the Hines VA Hospital. See Attachment 1 for additional details. There is both a design and construction period services phase associated with this requirement. EVALUATION FACTORS: Selection criteria will be based on the following factors, in descending order of importance: FACTOR 1: SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The A/E Firm shall demonstrate its expertise in the design and engineering of heating, ventilation, air-conditioning (HVAC) systems in Healthcare Facilities. Extra consideration will be given to firms with proven experience in designing hydronic systems with capacities more than 250 tons, with considerations for new ductwork, pumps, cooling towers, boilers, expansion tanks, and air handling units. The respondent shall describe its technical capabilities in design quality management procedures, Computer-Aided Design and Drafting (CADD), Building Information Modeling (BIM), equipment sizing calculation software and methods. The A/E Firm shall detail its experience, and resources for estimating proposed construction costs, with descriptions of methods used to compare and contrast cost benefit analyses of multiple proposed design solutions. The A/E Firm shall describe experience with large scale projects that incorporated multiphase construction scheduling, with long equipment lead times, and project phasing designed to maintain hospital operations during construction. The A/E Firm shall identify its proposed project team and management structure, its approach to coordination of disciplines, subcontractors, and prior working relationships. Other specialized experience includes experience in critical path scheduling, electrical, fire protection, construction infection control protocols, energy conservation and sustainable design practices, hazardous waste abatement. Include Government and private experience on projects similar in size scope and complexity. 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 RFQ s Scope of Work. Recent is define as services provided within the past 5 (five) years. Offeror shall provide a minimum of 3 (three) projects but no more than 4 (four). Each project shall include the following: 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 contract, Teaming Partner, or subcontractor Project Owner, owner s point of contact including telephone number and email address. Services & Deliverables provided under the contract/task order Period of Performance, including start and completion dates Total dollar value of the project. Total capacities of systems installed, i.e., Tonnages of Cooling and Heating systems, Total airflow rates; CFMs, Maximum voltages and amperages of equipment FACTOR 2: QUALITY CONTROL: The A/E Firm shall describe its management approach, regarding coordination of disciplines and subcontractors, familiarity of the prime firm and any key subcontractors with VA Design Guides/Manuals, Master Specifications, ASHRAE standards, NEC, and other applicable standards. A/E Firm shall also provide the following: a. Quality Control organization, and management structure. b. Methods and procedures for control and prevention of nonconformances during design, preconstruction, and construction. c. Methods and procedures for nonconformance remediation at all stages of project. d. Methods and procedures for control and prevention of cost, and schedule overruns. e. Summarized schedules for selected three previous design projects that show initial approved project schedule, and any updates to schedule with time extensions. Provide a narrative to describe reasons and justifications for any deviations from initial schedule. f. Summarized cost estimates for selected three previous design projects that show initial approved total project cost estimate, and any increases to initial cost estimates. Provide a narrative to describe reasons and justifications for any deviations from initial estimates. g. Describe any unforeseen conditions that arose during construction for your last three projects. Provide a narrative to describe how your firm assisted the project management team to correct those deficiencies, and any methods used to mitigate extra costs and increases in project schedule. FACTOR 3: PROFESSIONAL QUALIFICATIONS: Necessary for satisfactory performance of required service. The architects and engineers on the firm s staff representing the project or 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 and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architecture, Mechanical, Electrical, Controls, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Cost Estimation, Project Management, Quality Control. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. 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. FACTOR 4: CAPACITY: The A/E Firm shall attest to its capacity to accomplish the work in the required time. The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. The A/E Firm shall also provide the following: a) A list that shows the total number of design, and project professionals who are currently employed at the firm with professional work titles for each. b) Total number of projects in study or planning stages c) Total number of active design projects d) Total number of active construction phase services e) A list of personal assigned to each of the above projects f) An analysis and report of available capacity of key personnel for immediate new work The respondent shall: a) Summarize its approach to staffing and company resource management b) For the key personnel on the proposed project team, tabulate their current and projected workload as percentages of their available individual capacity. c) List all work awarded to the A/E Firm by the VA during the previous 12 months, as well as any current indefinite delivery, indefinite quantity (IDIQ) contracts that it has. d) List the current stage and percentage of completion for non-IDIQ projects. A signed statement shall be provided stating that the firm acknowledges that prior to award of the contract, it is required to notify the Government of any changes in its capacity that could limit its ability to perform the work within the required time. FACTOR 5: EXPERIENCE IN CONSTRUCTION PERIOD SERVICES: The A/E Firm shall demonstrate its experience in providing Construction Period Services for hospital facilities, particularly in HVAC renovation projects. The respondent shall provide a narrative that describes the methods and procedures used to implement each of the following Construction Period Services tasks: a) Professional field inspections during the construction period, with descriptions of types of inspections provided, and methods used for inspections and reporting during each phase of construction b) Review of construction submittals c) Support in answering requests for information during the construction period d) Support of construction contract changes to include updated drawings, drafting statements of work, and cost estimates. e) Weekly construction meeting participation f) Closeout documents to include, final inspections and as recorded drawings. FACTOR 6: PAST PERFORMANCE On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Include CPARs data from 3 - 4 previous projects. It is preferred that submitted CPARS data be from projects directly related to the scope of work described in section 1.2 Background, and 1.6.1.1 Specialized experience. If CPARS data is not available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. CPARs data and PPQs will not be included in the page count. All projects provided in the SF 330 must be completed by the office/ branch/ individual team member performing the work under this contract. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. SECONDARY SELECTION CRITERION*: FACTOR 7: GEOGRAPHIC LOCATION: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Edward Hines, Jr. VAMC, Hines, IL. 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 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 1A 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 below when addressing evaluation factors. 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 conclude, 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. Negotiations will then begin with the most preferred firm. If a mutually satisfactory contract cannot be negotiated, the contracting officer shall obtain a written final proposal revision from the firm and notify the firm that negotiations have been terminated. The contracting officer shall then initiate negotiations with the next firm on the final selection list. This procedure will then continue until a mutually satisfactory contract has been negotiated. LIMITS ON SUBCONTRACTING: The awarded firm is expected to meet the requirements in FAR 52.219-14 entitled Limitations on Subcontracting"" (JAN 2017) and VAAR 852.219-10 entitled ""VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside"" (JUL 2016). Compliance will be monitored throughout contract performance. CVE-verified AE firms must be able to perform 50% of the cost of contract performance SUBMISSION REQUIREMENTS: Interested AE firms that meet the requirements listed above in this request for SF 330s shall submit one (1) electronic copy (via email with a size limitation of 10MB) of the SF-330 package NLT 10:00 a.m. CST, July 10, 2025 to the following address: kaiden.haynes@va.gov Acceptable electronic formats (software) for submission of Qualifications: (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) Standard letter size 8-1/2 by 11-inch paper, limited to a maximum of fifty (50), single-sided, single-spaced, and numbered pages. If more than fifty (50) single-sided pages are submitted, all pages after fifty (50) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. The submission shall be clear, concise and short; (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: https://www.gsa.gov/forms-library/architect-engineer-qualifications. No Fax 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 Kaiden.haynes@va.gov. VA Primary Point of Contact: Kaiden A. Haynes, NCO 12 Contract Specialist, kaiden.haynes@va.gov. ATTACHMENTS:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/24b9b44d68f54b40bdab0c3b1e9848b4/view)
- Place of Performance
- Address: Edward Hines Jr. VA Hospital Department of Veterans Affairs 5000 S. 5th Street, Hines, IL 60141, USA
- Zip Code: 60141
- Country: USA
- Zip Code: 60141
- Record
- SN07483925-F 20250622/250620230040 (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 |