Description
Synopsis: Request for Architectural and Engineer 330 submission Solicitation: 36C25523R0069, 657-23-115JB Correct Campus Steam System Failures CONTRACT INFORMATION This A-E Services
requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be
selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service-Disabled Veteran Owned Small Business
(SDVOSB) firms. This requirement is being procured in accordance with the VAAM 836.6 implemented in FAR Subpart 36.6. This is not a Request for Proposal, and an award will not be made
with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements. After the
evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the
design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded no later than May 1, 2023. Award of any resultant contract is
contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for
assistance with submission or other procedural matters shall be submitted via email only to (jennifer.sotomayor@va.gov). Personal visits to discuss this announcement will not be allowed.
The NAICS Code for this procurement is 541330, Engineering Services and the small business size standard of $25.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated
time for completion of design is approximately 120 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a
construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED
SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VETERAN SMALL BUSINESS CERTIFICATION (VETCERT)
(https://veterans.certify.sba.gov), SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM.GOV): Federal Acquisition Registrations require that federal contractors register in the System
for Award Management (SAM.GOV) database at https://sam.gov/content/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors
are encouraged to ensure that they are registered in SAM.GOV prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals
providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor
is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/content/ for each person providing services under this contract. Further the contractor is required
to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is
prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be
required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their
employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information
reported on an employees Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified
A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available
on-line at: : http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality
management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf and emailed. Completed package shall be delivered on or before March 9.
2023, by 10:00 AM CT to the following email address: jennifer.sotomayor@va.gov. Email subject line shall clearly identify Solicitation number: 36C25523R0069 and project name Correct
Campus Steam System Failures Project No. 657-23-115JB The 330 submission must be a pdf document and must be below 20 MG. PROJECT INFORMATION Purpose of Project The mission of the Veterans
Affairs Saint Louis Health Care System (VASTLHCS) is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission, VASTLHCS Facility
Engineering Service (FES) intends to partner with an A/E firm on a project to correct campus steam system failures at Jefferson Barracks. The corrections will address and correct
dangerous conditions within the steam manholes, steam system in general. The corrections will also address steam and condensate system functionality and conditions of non-compliance with
VA specifications and industry standards. The assessment is required because there are unsafe working conditions in the steam piping distribution manholes. These concerns with the
existing system have the potential to cause steam failures, and what would be an unexpected lack of heat in patient buildings. The A/E Firm must provide Basic Professional Services as
delineated in the Scope of Work. As part of the Basic Professional Services, FES expects the following primary A/E disciplines to be included: Supervisor, Architectural, Mechanical,
Electrical, Plumbing (Including Fire Protection), Structural, Physical Security Specialist, and a VPIH. Statement of Work This project will investigate the steam and condensate
distribution piping at the JB VAMC and will recommend repairs and/or new equipment and materials that will allow the system to function as intended and provide a safe working environment
for the VA personnel. This project will correct campus steam system failures at Jefferson Barracks. The corrections will address and correct dangerous conditions within 20 steam manholes,
and improve the steam supply and condensate return distribution system in general. The corrections will also address steam and condensate system functionality and conditions of
non-compliance with VA specifications and industry standards. This project includes: thorough inspection of systems within and outside of manholes, verification of well-constructed thrust
blocks, lead and/or asbestos abatement, as needed, investigation, and upgrading expansion compensators as necessary, design and construction plans for repair, or recommended replacement,
of components identified to be non-compliant with VA specifications, or identified as anything less than industry best practice, and installation of components according to VA
specifications, manufacturer recommendations, VA design guides, and industry standards. All contractors/subcontractors shall comply with VA Handbook 6500.6 Appendix C. EVALUATION FACTORS:
Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VAAM 836.602-1. Prospective firms are required to address all selection criteria within
submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11
inches in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any
additional pages are not to exceed fifty (50) pages. Qualifications (SF330) submitted by each firm for Project No. 657-23-101JB Replace Various Air Handling Units in Buildings 1, 3, 24,
51 will be reviewed and evaluated based on the following evaluation criteria listed below: (1) Professional qualifications necessary for satisfactory performance of required service. The
firm and A-E s on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US States. Provide Professional License numbers and/or
proof of Licensure. The specific discipline which will be evaluated are: - Supervisor, VPIH, Architectural, Mechanical, Electrical, Plumbing, and Fire Protection (2) Specialized
experience and technical competence in the type of work required on this project, including, but not exclusive to, seismic structural analysis and retrofit design, VA safety and physical
security design, experience in abatement of hazardous construction materials, energy conservation, pollution prevention and waste reduction. Include Government and private experience on
projects similar in size, scope and complexity as well as experience with project phasing in order to maintain facility operations during construction. Specific experience and
qualifications of personnel proposed for assignment to the project and their record of working together as a team. (3) Demonstrated capacity to accomplish work in the required time. The
general workload and staffing capacity of the design office which will be responsible for the design and the ability to accomplish the work in the required time will be evaluated. In
accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by
employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. (4) Past Performance: Past performance on similar contracts that
are complete (design and construction) that the firm has designed relevant in scope to the advertised project with the Department of Veterans Affairs, other Government agencies and
private industry in terms of cost control, quality of work, and compliance with performance schedules. Performance on past Government contracts as indicated in Federal performance
reporting databases is encouraged. Failure to provide requested past performance data, accessible points of contact or valid phone numbers could result in a firm being considered less
qualified. Past projects provided for reference shall be the work of the office/branch/individual team member proposed to be performing work under this contract. Project past performances
that are older than 5 years will receive a lesser score than those references for projects accomplished within the past 5 years. (5) Location of Design Firm: Per FAR 36.602-1 Selection
Criteria: Market research indicates that at least 3 qualified firms exist within a 500 mile radius of the VA St. Louis Health Care System Jefferson Barracks Division located at 1
Jefferson Barracks Dr. St. Louis, MO 63125. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 500 MILE RADIUS OF THE St.
Louis Veteran s Affairs Medical Center (VAMC) in St. Louis, MO. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business
address is within a 500 mile radius from the VA St. Louis Health Care System Jefferson Barracks Division located at 1 Jefferson Barracks Dr. St. Louis, MO 63125. and resides within the
borders of the United States of America will receive a higher score on evaluations. Architectural Prime Contractors whose primary physical business address is outside a 500 mile radius
from the St. Louis VA Medical Center located at VA St. Louis Health Care System Jefferson Barracks Division located at 1 Jefferson Barracks Dr. St. Louis, MO 63125 and resides within the
borders of the United States of America will receive a lesser score on evaluations. Architectural Prime Contractors are required to verify the primary physical business address (described
above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration. SF 330
submissions from companies located outside the borders of the United States of America shall not be considered. (6) Record of significant claims against the firm because of improper or
incomplete architectural and engineering services.