Louisiana Bids > Bid Detail

C1DZ--502-18-101 (AE) Renovate Acute Psych Unit (9A) To A Residential Rehabilitation Treatment Program (RRPT)

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159774633606065
Posted Date: Oct 24, 2023
Due Date: Nov 28, 2023
Source: https://sam.gov/opp/f00d37c96f...
Follow
C1DZ--502-18-101 (AE) Renovate Acute Psych Unit (9A) To A Residential Rehabilitation Treatment Program (RRPT)
Active
Contract Opportunity
Notice ID
36C25624R0008
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 24, 2023 07:59 am CDT
  • Original Date Offers Due: Nov 28, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    DEPARTMENT OF VETERANS AFFAIRS ALEXANDRIA VA HEALTH CARE SYSTEM Pineville , LA 71360-4004
    USA
Description
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 $25.5M.

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://www.sam.gov and the SBA Veteran s Small Business database at Veteran Small Business Certification (sba.gov) as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a proposed SDVOSB to be certified by the SBA at the time the SF330s are submitted shall result in elimination from consideration as a proposed contractor.

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, it will not pay more than 50 percent of the amount paid by the government to it to firms that are not VIP listed SDVOSBs.

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 shall 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 magnitude of construction (not design) of this project is between $5,000,000 and $10,000,000.

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 and will be clear to the evaluators what information they are evaluating. Information specific to each factor shall be in the same area in the SF330 that is dedicated to the factor (for example: supporting information for factor 4 can not be co located in factor 1). Information that is located elsewhere outside of the specific area may be rated less favorably and considered ambiguous.

Evaluation Factors are Listed in Descending Order of Importance:

Professional qualifications necessary for satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, structural, interior design, LEED, commissioning and cost estimating.
Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications) (provide no more than five (5) recent projects);
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.
Capacity to accomplish the work in the required time; maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy.
Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; Explain how you obtained and/or demonstrate project experience in the general geographical area and knowledge of the locality for the referenced project.
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. Provide a breakdown showing the delineation of work for the proposed team.

SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted by email only to JB Herbst at the following email address: jennings.herbst@va.gov

All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25624R0008. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330 s 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 please.

Firms that meet the requirements listed in this announcement are invited to submit an email copy of the completed SF330 including Parts I and II as described herein to the above email address no later than 2:00pm local (CT) on Thursday, 11/22/2023. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above so please do not wait until the last minute to submit your SF330s Qualification Packages in the event of a firm s email or internet connectivity issues which are not considered to be excusable delays.

Interested firms shall address each of the seven (7) Selection Criteria in their SF330s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) 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 seven (7) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing.

THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330s 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
  • Oct 24, 2023 07:59 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 >