Description
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330 ARCHITECT-ENGINEER QUALIFICATIONS 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, and reports, and construction period services for Project # 36C77623R0192 Construct Oncology Clinic - Minor Design
- Fort Wayne, IN. 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 (FAR) subpart 36.6 Architectural and Engineering Services, VA Acquisition Regulation (VAAR) 836.6, and VA Acquisition Manual
(VAAM) M836.6 Architect-Engineer Services. 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 (SDVOSB) concerns. The NAICS code for this procurement is 541330 Engineering Services and the annual
small business size standard is $25.5M. A full design team is required to complete this project. The VA expects to award the anticipated A-E contract in late July 2023. The anticipated
period of performance for completion of design is 420 calendar days after notice of award (NOA). The VAAR magnitude of construction is between $10,000,000 and $20,000,000. Please note
that the 420-calendar-day period of performance for the design completion begins with the issuance of the NOA and that a notice to proceed (NTP) will not be issued for the completion of a
design project. 3. A-E SELECTION PROCESS Firms submitting SF 330s 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 pre-solicitation 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 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. In
accordance with FAR 36.607(b), any requested debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent
practicable, in accordance with 15.503, 15.506(b) through (f), and 15.507(c). Note that 15.506(d)(2) through (d)(5) do not apply to architect-engineer contracts. Discussions will be held
with the most highly qualified firms in the form of written responses. The firms invited to participate in discussions will be notified by email and provided further instructions,
including any questions or topics to address. Following the completion of discussions, the firms will be evaluated and ranked based on the primary and (if necessary) secondary selection
criteria. The final evaluation and ranking will consider the SF 330 submission for each firm, as well as additional information obtained via discussions. The highest rated firm will be
selected to receive the solicitation and engage in negotiations. The solicitation will be issued to the highest rated firm as a Request for Fee Proposal (RFP). All SOW attachments and
site-specific documentation will be provided to the highest rated firm with the RFP. A site visit will be authorized during the negotiation process. An award will then 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 with the highest rated firm are unsuccessful, 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: Professional Qualifications (Sections C
through E) necessary for satisfactory performance of required service. The A-E shall demonstrate they are able to sign and stamp each drawing by individuals licensed in any state in the
United States for the key positions listed below. Provide Professional License numbers and/or proof of Licensure. The evaluation shall consider the specific experience (minimum of five
years) and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm as full time employees) of personnel proposed
for assignment to the project, and their record of working together as a team when evaluating professional qualifications. The lead designer in each discipline must be registered but does
not have to be registered in the particular state where the project is located. Key positions and disciplines required for this project include, but are not limited to: Architect (LEED
certified) CADD Technician Registered Communications Distribution Designer (RCDD) Estimator Civil Engineer Electrical Engineer Environmental Engineer Fire Protection Engineer Industrial
Hygienist Mechanical Engineer Plumbing Engineer Project Manager Quality Assurance Structural Engineer Physical Security Specialists 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
SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs by the Small Business
Association s Veteran Small Business Certification (VetCert) in compliance of VA Acquisition Regulation (VAAR) 852.219-75. The information provided in sections C through E of SF 330 will
be used to evaluate this evaluation factor. Do not include this information in section H, unless it is pertinent to support the information listed in the other sections. Specialized
Experience: Specialized experience and technical competence of the prime firm and all subcontractors in the design and construction period services provided for projects similar in size,
scope, and complexity. Projects related to this project scope include medical center renovations and new build clinical/general exam space of similar size. At a minimum, include the
following for each submitted project: design start and end dates, construction start and end dates (if applicable), design amount, estimated or final construction amount, and specialized
scope items that may include critical path scheduling, fire protection, construction infection control protocols, energy conservation, sustainable design practices, and specialized
building types requiring physical security measures. Submissions shall include no more and no less than five (5) recent and relevant Government and private experience projects similar in
size scope and complexity, and experience with the type of projects/competence above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is defined
as services provided within the past 5 (five) years. Each project shall include the following: Project title, location and detailed narrative describing the scope of services provided
including the type of work performed by the offeror and its role in the project i.e. prime contract, Teaming Partner or subcontractor Project Owner, owner s point of contact including
telephone number and email address. Services & Deliverables provided under the contract/task order Period of Performance, including start and completion dates Total dollar value of
the project Contract number associated with the project. Section G will used to evaluate the prior experience of the prime firm and any key subcontractors working together on the provided
relevant projects. The evaluation will also consider narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The
narrative of how the firm addresses each of these will be evaluated. The management approach The coordination of disciplines and subcontractors Quality control procedures, and Familiarity
with VA Design Guides/Manuals, Master Specifications and other applicable standards. Capacity to accomplish work in the required time. The evaluation will consider the team s plan and
overall ability to meet the schedule of the project, as well as the available capacity of personnel in key disciplines. Provide the team s available capacity by listing all projects
awarded during the previous 12 months, including the full potential value of any current indefinite delivery contracts, and by presenting current workload percentages for required
disciplines. The information for this factor must be provided in section H of SF 330. Please ensure the capacity applies toward the proposed team/personnel provided in 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 (use
attached PPQ if no CPARS data is available) must be provided for all projects submitted under Factor 1 Specialized Experience. The following information must be specified on each
performance report: contract/task order number, project title, prime firm, start date, and completion date. 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,
publicly available sources, and additional projects in CPARS. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being
considered less qualified. 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 must be provided in section H of SF 330. Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as
geological features, climatic conditions, construction firms and trades labor availability, local construction methods, and local laws and regulations. The information for this factor
must be provided in section H of SF 330. Experience in construction period services Describe your team s approach to providing construction period services that may include: professional
field inspections during the construction period; review of construction submittals; support in answering requests for information (RFIs) during the construction period; support of
construction contract changes, including drafting statements of work and cost estimates; attendance at weekly conference calls; providing minutes of meetings between the A-E, VA, and
contractors; commissioning; pre-final inspection site visits; generation of punch-list reports; and production of as-built documentation. List project examples to demonstrate the prime
firm s experience with construction period services. The information for this factor shall be provided in Section H of the SF 330.The information for this factor must be provided in
section H of 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 project site. 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 highly qualified or not highly qualified. 5. SUBMISSION REQUIREMENTS: The below information contains the instructions and format that must be followed for the submission of the
SF 330 Statement of Qualifications: Submit ONE (1) SF 330 Statement of Qualifications to Contract Specialist Nicholas Rolin at nicholas.rolin@va.gov . This must include Parts I and II and
any applicable attachments. The submission must include the SF 330, Architect-Engineer Qualifications (form is available online at http://www.cfm.va.gov/contract/ae.asp). The SF 330
submission is due by 10:00 AM ET on December 4, 2023. The SF 330 must be submitted in one email and have a file size no larger than 5 MB. No hard copies will be accepted. The subject line
of the email must read: SF 330 Submission - 36C77623R0192 Construct Oncology Clinic - Minor Design - Fort Wayne, IN. The SF 330 submission must not exceed a total of 50 pages. This
includes title page, table of contents, and any other relevant information. Any pages submitted by an offeror that exceed the limit will not be considered during the evaluation. Each page
must be in Arial size 12 font, single spaced. Part II of the SF 330 and any CPARs or PPQs will NOT count toward the page limitation. A PPQ obtained for another SF 330 submission may be
submitted for this project. However, if significant portions of the project have been completed since the PPQ was filled out, a new PPQ should be submitted to accurately assess the
project. Firms must include the following information in section B of the SF 330 submission: 1) SAM Unique Entity Identifier 2) Tax ID number 3) Cage code 4) Primary point of contact s
email address and phone number This procurement is a 100% set-aside for SDVOSB concerns. Offers received from other than SDVOSBs will not be considered. Offerors must be certified as
SDVOSBs by the U.S. Small Business Administration (SBA) and visible in the Veteran Small Business Certification (VetCert) database (https://veterans.certify.sba.gov/) at the time of SF
330 submission, written response submission, and award. Failure to be certified in the VetCert database at these times will result in the offeror being deemed ineligible for award. All
joint ventures must be SBA certified at the time of SF 330 submission, written response submission, and award and must submit agreements that comply with 13 CFR 128.402 prior to contract
award. All prime firms must meet the NAICS code requirement specified in this notice. The Contracting Officer will verify the NAICS code in VetCert. Failure to meet the NAICS code
requirement may result in the rejection of the SF 330 submission. 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 SAM.gov for any revisions to this announcement prior to submitting their SF 330.