Search Contract Opportunities

EHRM Infrastructure Upgrades - Castle Point Wappingers Falls, NY (VA-22-00017800)   2

ID: 36C77622R0074 • Type: Presolicitation
If You Don't Win This Contract, We Know Who Will

Use our Partner Finder tool to discover market leaders

Free Trial Schedule Demo

Description

PRESOLICITATION NOTICE THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION 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, reports and construction period services for Project # 620A4-22-700 EHRM Infrastructure Upgrades Castle Point Campus, project located at the VA Hudson Valley Medical Center (VAMC), 41 Castle Point Road, Wappingers Falls, NY 12590. Buildings, as per Statement of Work (SOW) and Attachments 1-15, includes Buildings 1, 7, 8, 9, 13, 15E, 15H, 16, 18, 19, 20, 21, 35, 44, 88, and campus site. Attachment 10, note EHRM Readiness Infrastructure Self-Assessment Matrix. 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 Part 36.6 Architectural and Engineering Services and VA Acquisition Regulation 836.6. 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 Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. This project requires a full design team to complete this project. The A-E design must be complete and bid-ready no later than 144 calendar days after Notice of Award. The magnitude of construction is between $10,000,000.00 and $20,000,000.00. A-E SELECTION PROCESS: Firms submitting SF 330 s 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: SF 330s will be evaluated in accordance with the primary selection criteria as stated in this presolicitation notice. These evaluations will determine the most highly qualified firms for this particular requirement. In accordance with FAR 36.602-3-(c), at least three (3) of the most highly qualified firms will then be notified of the Government s intent to hold discussions. All firms not invited to participate in discussions will be notified at this time. Discussions will be held with the most highly qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview or in-person interview presentations. However, the form of discussions will be the same for all firms. The firms invited to participate in discussions will be notified by email and provided further instructions, to include any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked for selection based on the primary and secondary selection criteria (if necessary), and the most highly qualified firm will be selected and subsequently sent the solicitation. The final evaluation and ranking will consider the SF330 submission for each firm, as well as additional information obtained via discussions. A site visit will be authorized for the highest rated firm during the negotiation process. An award will be made as long as the negotiation of rates and hours leads to a fair and reasonable determination of the final contract price. If negotiations are not successful with the highest rated firm, the firm will be notified that negotiations have been terminated. Negotiations will then be initiated with the next highest rated firm, and so on until award can be made. 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. Primary Selection Criteria: Specialized experience and technical competence in the design of network infrastructure installation, renovations, and/or upgrades to information technology (IT) systems (either as solely IT projects or incorporated into new space/renovation projects). Work shall include networking back bone fiber optics, structured cabling, electrical distribution upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, telecommunication room renovations/expansions/relocations, data center reconfiguration, electronic and physical security upgrades, and all such systems and components as may be necessary to achieve project goals. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control proto-cols, energy conservation and sustainable design practices. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. The evaluation may consider the management approach, coordination of disciplines and subcon-tractors, 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. The information provided in section F and G of the SF 330 will be used to evaluate this evaluation factor. 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, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security (note must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International), Cost Estimation, and Project Management. 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 re-quirements demonstrates the capability of 50% SDVOSB performance in com-pliance of 48 CFR 852.219-10. Information provided in sections C through E of the SF 330 will be used to evaluate this factor. Capacity to accomplish work in the required time. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies towards the team/personnel provided in the SF 330. Past performance 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). See attachment 11 for PPQ format. CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, 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. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated The information for this factor shall be provided in Section H of the SF 330. Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods or local laws and regulations. The information for this factor shall be provided in Section H of the SF 330. Experience in construction period services for projects similar in scope 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. The information for this factor shall be provided in Section H of the SF 330. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the VA Hudson Valley Medical Center (VAMC) - Castle Point Campus 41 Castle Point Road Wappingers Falls, NY 12590 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. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that shall be followed for the submission of the SF 330, Statement of Qualifications: Submit ONE (1) SF 330, Statement of Qualifications, via email to the Contract Specialist Lorna.Craig@va.gov . This shall include SF 330 and any applicable attachments. All responses are due on or before DAY: Monday, May 16, 2022, at 4:00 PM Eastern Standard Time (EST). The SF 330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. The subject line of the email shall read: SF 330 Submission ; 36C77622R0074 Project 620A4-22-700 EHRM-Infrastructure Upgrades, Castle Point NY The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The page limitation of the SF 330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2) Dun & Bradstreet Number; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry. All questions shall be submitted via email to Lorna.Craig@va.gov by May 4 ,2022 at 4:00 PM Eastern Time. NOTE: Only submissions from SDVOSB concerns will be acceptable for this project. In order for an SDVOSB to be considered as a proposed contractor, the firm must be verified and visible by VET Biz (www.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF-330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. SF 330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF 330 submission package. It is the offeror s responsibility to check the Contract Opportunities website at: beta.sam.gov for any revisions to this announcement prior to submission of SF 330s. See Attachments: ATTACHMENT 01 VHA Required Division 01 Spec Sections ATTACHMENT 02 VA OEHRM Site Infrastructure Requirements 2.0 ATTACHMENT 03 SOCAMES Design Alert 1-7 ATTACHMENT 04 Sensitive Infrastructure Data Classification Memo FOUO ATTACHMENT 05 - 01 32 16.01 EHRM Arch and Eng CPM Schedule Spec ATTACHMENT 06 - PG 18-15 AE Submission Reqts Vol C ATTACHMENT 07- Seasonal Influenza with Vaccines ATTACHMENT 08 - VHA Directive 1061 ATTACHMENT 09 Campus Map ATTACHMENT 10 HEFP EHRM Readiness Infrastructure Self-Assessment Matrix ATTACHMENT 11 VHA Supplemental Contract Reqs for Combatting COVID-19 Updated ATTACHMENT 12 OIT Infrastructure Std Telecom Spaces ATTACHMENT 13 SOW, Project 620A4-22-700, EHRM Infrastructure Upgrades, Castle Point Campus ATTACHMENT 14 SCA Wage Determinations ATTACHMENT 15 Past Performance Questionnaire

Overview

Response Deadline
May 23, 2022, 4:00 p.m. EDT (original: May 16, 2022, 4:00 p.m. EDT) Past Due
Posted
April 21, 2022, 1:42 p.m. EDT (updated: May 11, 2022, 9:50 a.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
VA Hudson Valley Medical Center Castle Point Campus Wappinger Falls, NY 12590 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Odds of Award
84%
On 4/21/22 VA Headquarters issued Presolicitation 36C77622R0074 for EHRM Infrastructure Upgrades - Castle Point Wappingers Falls, NY (VA-22-00017800) due 5/23/22. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC C1BG.
Primary Contact
Title
Contract Specialist
Name
Lorna Craig   Profile
Phone
216-447-8300 x3548

Documents

Posted documents for Presolicitation 36C77622R0074

Opportunity Lifecycle

Procurement notices related to Presolicitation 36C77622R0074

Award Notifications

Agency published notification of awards for Presolicitation 36C77622R0074

Contract Awards

Prime contracts awarded through Presolicitation 36C77622R0074

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 36C77622R0074

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 36C77622R0074

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > PCAC NATIONAL ENERGY BUSINESS CENTER (36E776)
FPDS Organization Code
3600-0776E
Source Organization Code
100176768
Last Updated
May 11, 2022
Last Updated By
kenneth.gordon@va.gov
Archive Date
Aug. 23, 2022