Louisiana Bids > Bid Detail

C1LB--Project #667-23-105 (AE) Construct Viking Drive Entrance/Signal

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159129435691332
Posted Date: Sep 16, 2022
Due Date: Oct 20, 2022
Solicitation No: 36C25622R0147
Source: https://sam.gov/opp/67d7405a50...
Follow
C1LB--Project #667-23-105 (AE) Construct Viking Drive Entrance/Signal
Active
Contract Opportunity
Notice ID
36C25622R0147
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 16, 2022 07:28 am CDT
  • Original Date Offers Due: Oct 20, 2022 02:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1LB - ARCHITECT AND ENGINEERING- CONSTRUCTION: HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Department of Veterans Affairs Overton Brooks VA Medical Center Shreveport , LA 71101
    USA
Description
1. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $16.5M. The area of consideration is RESTRICTED to a 500-mile radius of Overton Brooks VA Medical Center, 510 E. Stoner Ave, Shreveport, LA 71101 in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to OBVAMC. In-order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. In the case of remote work, an employees residence shall not be considered an auxiliary/satellite office.

a. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM) database at https://sam.gov/ and the Vendor Information Pages database at http://www.va.gov/osdbu well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/vets4212.htm (for contracts in the amount of $150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB to be registered at the time the SF 330 is submitted and at the time of contract award shall result in elimination from consideration as a proposed contractor.

b. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a service disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the amount paid by the government for contract performance will be to service-disabled veteran-owned small business concerns.

c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71 (a)
the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project not including any fees for investigative services, special consultant services that are not normally available in organizations or architects or engineers that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required, costs of reproducing drawings and specifications, travel and per diem allowances, etc. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The total magnitude of construction (not design) for the project is between $5,000,000 and $10,000,000.
2. SELECTION CRITERIA: Discussions with at least three of the most highly qualified firms will be held after the evaluation board s review of the information submitted in response to the selection criteria. The selection criteria for this acquisition are listed below: Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAM M836.602-1 and are listed in the following manner: Factors 1, 2, 3, and 4 are the most important and are equal to each other. Factors 5, 6, 7, and 8 are equal to each other and are less important than 1, 2, 3, and 4.

Professional qualifications necessary for satisfactory performance of required services.
Specialized experience and technical competence in the type of work required.
Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.
Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
Capacity to accomplish the work in the required time.
Experience in construction period services including field inspections, review of submittals, RFI responses, and support of construction contract changes (statements of work and cost estimates).
Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
Extent of potential contractors identifying and committing to the use of SDVOSB, VOSB, and small businesses as subcontractors.

3. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted via email to:

JB Herbst
jennings.herbst@va.gov
Ref: 36C25622R0147

(a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25622R0147. The SF 330 form may be downloaded from www.gsa.gov/forms . Completed SF 330s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions.

(b) Firms that meet the requirements listed in this announcement are invited to submit the completed SF 330 including Parts I and II as described herein of the SF 330 submittal as a single pdf file, to the above address no later than 2:00 P.M. (CST) on Thursday 10/20/2022. E-MAIL IS THE ONLY AUTHORIZED/ACCEPTABLE FORM OF SUBMISSION. Late proposal rules found in FAR 15.208 will be followed for late submittals.

(c) Interested firms shall address each of the eight (8) Selection Criteria in their SF 330s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all eight (8) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the eight (8) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing.

4. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION
DOCUMENTS AVAILABLE. This is a request for SF 330s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 16, 2022 07:28 am CDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >