Description
SOURCES SOUGHT NOTICE FOR QUALIFICATIONS (SF-330) NAICS Code: 541330 Engineering Services (Small Business size standard $25.5 million dollars) A. INTRODUCTION: The VA Medical Center
Providence, RI has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services to develop complete drawings, specifications, cost
estimates and construction period administration associated with Project Number: 650-24-109, Title: Demolish Deficient Buildings at the VA Medical Center Providence located at 830
Chalkstone Ave., Providence, RI 02908. B. CONTRACT INFORMATION: The VA Medical Center Providence, RI. has a requirement for a Firm Fixed Price contract to provide professional
Architect/Engineer (A/E) Design Services to develop complete drawings, specifications, cost estimates and construction period administration associated with Demolish Deficient Buildings
The Magnitude of Construction is between $100,000 and $250,000 This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR
852.219-10 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the VETBIZ Vendor Information Pages
(https://www.vip.vetbiz.va.gov/). VETBIZ will be used to determine SDVOSB/VOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541330 at the time SF330 s
are submitted. Prospective firms are reminded that in accordance with FAR 52.219-14, Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance
shall be spent for employees of the concern. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of
Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart 836.6 of the VA Acquisition Regulation. All submissions will be evaluated in
accordance with the evaluation criteria. A "short list" of the three most highly rated after initial source selection will be chosen for negotiations of a contract award. 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. Respondents
are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal to include labor, overhead, profit, and other costs for this
project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract. C. THIS IS NOT A REQUEST FOR
PROPOSAL: This is a request for SF 330s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no
solicitation package or bidder/plan holder list will be issued. D. PROJECT INFORMATION: Provide Architect/Engineer services to develop complete drawings, specifications, cost estimates
and construction period administration associated with PROJECT 650-24-109, Demolish Deficient Buildings at the VA Medical Center Providence located at 830 Chalkstone Ave., Providence, RI
02908. E. EVALUATION SELECTION CRITERIA: Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The selection criteria, in descending order
of importance will be as follows: 1. Professional Qualifications 2. Reputation & Standing of Firm 3. Specialized Experience/Technical Competence 4. Teamwork 5. Capacity 6. Past
Performance 7. Capability and commitment 8. Location F. SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 8) are provided below. 1. PROFESSIONAL
QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers
of Record. In addition, provide resumes of other relevant team members or frequent subcontractor who will perform technical tasks under this contract including their record of working
together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be
professionally registered in the discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience
relevant to this contract scope. All proposed team members and supervisors shall have the minimum education, training, and experience as is normally expected of a company actively
providing the required services and shall have demonstrated experience to perform a project such as this within a VA Medical Center Hospital. Additionally, the firm shall address the
criteria for meeting the Limitations on Subcontracting. 2. REPUTATION AND STANDING OF THE FIRM AND ITS PRINCIPAL OFFICIALS Documentation supplied should allow the evaluation team to
assess this factor with respect to professional performance, general management, and cooperativeness. 3. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and
technical competence with: Design of replacement of existing security fences and gates, including phasing. Integration of security features with existing systems. Design of loading docks
and associated elements. Roadway reconstruction, including entrances and signage. Underground utility and drainage relocation. Site grading and reconstruction. This factor evaluates the
amount of experience the AE firm has in designing similar types of designs and evaluating their technical competence. Provide a detailed narrative of up to 5 (maximum) relevant projects
completed within the last 5 years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of
similar size and scope to those to be performed under this contract. Emphasize any specialized experienced the firm has with these type of designs (preferably at the VA or in a similar
environment.) 4. TEAMWORK Documentation supplied should include specific experience and qualifications of personnel proposed for assignment to the project(s) and their record of working
together as a team. 5. CAPACITY This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the design
project in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being
designed in the firms office; indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; and
any impact that may have on taking on a new project of this scope. Describe experience in successfully delivering projects per performance schedule, providing timely construction support,
and successfully completing multiple projects with similar delivery dates; and if that workload would adversely impact a new project of this scope, then demonstrate how the firm intends
to increase its workload capacity to complete this project. 6. PAST PERFORMANCE NCO 1 will evaluate past performance on recent and relevant contracts with Government agencies (Emphasis on
VA work) and private industry in terms of cost control, quality of work, compliance with performance schedule and a record of significant claims against the firm due to improper or
incomplete engineering services (references required). a. Recency is defined as performance occurring within 5 years of the date of this Notice, except that ongoing projects must have
begun no less than one (1) year prior to the issuance of this Notice. b. Relevancy is defined as performance of work on projects that are similar in scope to the type of project
anticipated under the resultant contract. Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms
ability to work with government entities and design standards or similar relevant experience with other entities. a. Provide a copy of all performance evaluations (A/E) issued for
government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so
state. b. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of
appreciation/recommendation as desired. Past Performance Questionnaires (Attachment 1 to this Notice): a. Respondents shall complete Section A (General Information) of the Past
Performance Questionnaire and provide it to NCO 1 representative as part of the SF 330 submittal package. b. Respondents shall submit the Past Performance Questionnaire Sections B through
D and the Cover Letter to each Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) identified in its SF 330 Section F, Example
Projects Which Best Illustrate Proposed Team s Qualifications for this Contract . Sections B through D of the questionnaire shall be completed ONLY by the contract customer. c. The
contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to NCO 1 by the SF 330 submittal package due date identified in
the Notice. d. Past Performance Questionnaire Sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent s
contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for
ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to NCO 1 no later than the SF 330 submittal package
due date designated in this Notice. Contract customer shall E-mail Past Performance Questionnaire Sections B through D. Respondents are notified that NCO 1 may use any additional sources
of information available to it regarding the Respondent s relevant experience and past performance and consider the information thus obtained as part of this evaluation. 7. CAPABILITY AND
COMMITMENT The capability and commitment to provision accurate professional services. This factor includes determining customer satisfaction, project cost, and meeting project schedule
by: a. Reviewing the firms record on timeliness in replies to RFIs, review of submittals & shop drawings, periodic construction inspections, and timely completion of as built
drawings. b. Determining the accuracy of professional services through a review of the history of services support, value engineering and any deficiencies which may have resulted in
additional costs to NCO 1. 8. LOCATION a. The A/E Firm must be generally located in the geographic area of the medical centers that comprise of the VA Medical Center, Providence, RI. 1.
Please provide the address and distance of your closest office. b. The A/E Firm must have general knowledge of the locality of the project. G. QUESTIONS AND COMMENTS: a. Questions and
comments regarding this notice must be submitted by email only to the Contract Specialist Kathleen Mills at Kathleen.Mills@va.gov. b. Oral questions will not be answered. c. The deadline
for questions is August 23, 2023, at 3:00pm EST. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted
no later than 3:00pm EST on August 23, 2023 Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. b. Qualified
A/E firms are required to submit ONE (1) electronic copy via email to Kathleen.Mills@va.gov. If file size exceeds 7MB then firms are required to send multiple emails with a sequence
stating email 1 of __. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF c. Submission of information incorporated by reference is not allowed. d. Prospective
firms shall address all selection criteria factors within their submitted SF 330 package. e. Submissions are limited to 85 pages. i. Absolutely no photographs shall be submitted. ii.
Title pages and tables of contents, if applicable, are excluded from the page count limitation. iii. Pages submitted in excess of the limitations specified in this Notice will not be
evaluated by NCO 1. f. Telephone or Fax inquiries will not be accepted. I. SF 330 PACKAGE CONTENTS: a. The SF 330 submittal packages shall consist of a completed SF 330 parts I and II,
specific information addressing each of the EIGHT selection criteria described in this Notice: the additional information required by this Notice and past performance questionnaire
section A. b. Respondents are required to meet all requirements in addition to those identified as selection criteria c. SF 330 submittal packages not consistent with the requirements and
selection criteria of this Notice may be determined unacceptable and removed from consideration. d. Any SF 330 submittal package, modification, or revision, that is received at the
designated NCO 1 office after the exact time specified for receipt is late and will not be considered unless it is received before award is made, the contracting officer determines that
accepting the late submittal would not unduly delay the acquisition; and There is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of
submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. J. SF 330 PACKAGE PREPARATION: a.
Qualified A/E firms are required to submit ONE (1) electronic copy via email to Kathleen.Mills@va.gov. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. b.
The electronic copy shall be in searchable PDF format of the SF 330 parts I and II, questionnaire Section A and additional information requested by this Notice. c. A cover sheet should be
included, clearly marked with the Respondents name, complete address with 9-digit zip code, phone number, e-mail address, DUNs number, date of response, title and Notice identification.
d. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. e. A table of contents shall be provided for ready reference to sections and
figures. f. SF 330 submittal packages shall be consistent with the following structure and formatted accordingly: SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS 1. Sections A through D 2.
Section E 3. Section F 4. Section G 5. Section H 6. Section I 7. Questionnaire section A only 8. Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note:
Respondents shall clearly label additional information and attachments). K. FAR and VAAR: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following
internet links: https://www.acquisition.gov/far/index.html L. ATTACHMENTS TO THE SPECIAL NOTICE: Attachment 1 Past Performance Questionnaire and Cover Letter Project Statement of Work END
OF SPECIAL NOTICE ATTACHMENT 1 - PAST PERFORMANCE QUESTIONNAIRE AND COVER LETTER Complete one set of letters and forms for at least three projects identified in your firm s Section F of
the SF 330, which will best illustrate proposed team s qualifications for this contract. Additional space or blank sheets may be added to answer any question. Transmittal letter to
accompany Past Performance Questionnaire FROM: [Insert Company Official Name, Title, and Company Name] SUBJECT: Past Performance Questionnaire for Contract(s): [Insert Company Name] is
currently responding to the Department of Veterans Affairs (NCO 1) request for SF 330 request for SF 330, Architect-Engineer Qualifications for the 650-24-109 Demolish Deficient Buildings
at the VA Medical Center Providence located at 830 Chalkstone Ave., Providence, RI 02908 A/E Services . This Request for SF 330 s requires respondents to identify customers and solicit
their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to NCO 1 relating to our performance on contract [Insert contract
name/number] and have identified [Insert name of reference] as the point of contact for this contract. The request for SF 330 instructs that respondents provide customers with the
attached questionnaire. Please complete the questionnaire and email it by 3:00pm EST on August 23, 2023, directly to the NCO 1 Contracting Office Contract Specialist. E-mail:
Kathleen.Mills@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any
questions about the acquisition or the attached questionnaire to the VISN 1 NCO point of contact identified above. Thank you, [Insert Company Official Name and Title] A. GENERAL
INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: ________________________ Telephone: __________________________ Address: __________________________ Email address: ________________________
__________________________ Point of Contact: ______________________ __________________________ __________________________ Firm Cage Code: ____________________ Firm Tax ID Number:
________________ Firm DUNS Number: ________________ Project Title: _____________________________________ Description of Project: __________________________________________________________
_____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Description of A-E Firms
Responsibilities:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Contract Number: ______________________ Dollar Amount: ______________________ Contract Period of Performance: _______________________ The A-E Firm performed as the o Prime Contractor o
Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm: Other (Please describe) __________________ B. EVALUATOR INFORMATION: Evaluator s Company or Agency Name:
____________________________ Evaluator s Name: _____________________ Address: __________________________ Title of Evaluator: _____________________ __________________________ Telephone:
__________________________ __________________________ E-mail: ______________________________ __________________________ C. SEND COMPLETED QUESTIONAIRE (SECTIONS B through D) TO: E-mail:
Kathleen.Mills@va.gov D. PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION
FOR ALL RATINGS OF Marginal or Unsatisfactory on page 7 under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or
met contractual requirements and exceeds or exceeded many of your company s expectations. The contractual performance reflects or reflected few minor problems and corrective actions taken
by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company
s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions
taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the
contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or
reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not
meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective
actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM S NAME: _______________ PROJECT NAME: _______________ Contract
Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed
for respective primes/subs, etc. Place an X in the appropriate column using the definitions matrix on page 4. Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3)
Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E s personnel. 2. A/E s ability to identify and resolve design issues
expeditiously. 3. A/E s responsiveness to design review questions. 4. A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. A/E s
effectiveness and responsiveness in interfacing with the Client s staff 6. Overall accuracy, completeness and coordination of final design documents. (Quality) 7. A/E s ability to provide
detailed, accurate cost estimates. 8. A/E s ability to meet contract schedule. Follow-On Construction Support Services: 9. Thoroughness and timely review of construction submittals. 10.
Timely resolution of construction design issues. 11. Overall quality, responsiveness and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12. Overall
accuracy, completeness, timeliness and coordination of LEED documentation. 13. A/E s ability and understanding of the overall LEED process. BIM (If Applicable): 14. Overall accuracy,
completeness, timeliness and coordination of BIM documentation. 15. A/E s ability and understanding of the overall BIM process. Owner s Representative on Design/Build Projects (If
Applicable): 16. Overall accuracy, completeness, timeliness and coordination of requirements documents and bridging documents. 17. A/E s ability, thoroughness, timeliness and support as
Owner s Representative throughout the project. Overall: 18. How would you rate the A/E s ability to control cost? 19. How would you rate the A/E s overall management performance on this
contract? 20. How would you rate the A/E s overall technical/quality performance on this contract? 21. Would you use this A/E again? (If No , please comment in the Narrative Summary) YES
NO Number of A/E Design Errors & Omissions on Project: _______________ Increased Project Cost Due to A/E Design Errors & Omissions: _______________ CONTRACTOR S NAME:
___________________ PROJECT NAME __________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there
is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) Item COMMENTS