Description
THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330S ARCHITECT-ENGINEER QUALIFICATION 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. INTRODUCTION: This is a Pre-Solicitation
Notice for Project Number 672-21-705MA that requires Architect and/or Engineering (A&E) Design Services to to design a construction project at the VA Caribbean Healthcare System
(VACHS) Mayaguez CBOC in accordance with this design statement of work. Design and drawings Electronic Healthcare Records Management (EHRM) Infrastructure Upgrades as necessary for the
Mayaguez CBOC 345 Ave Hostos Mayaguez 00680. This project is set aside for SDVOSB. The NAICS code for this procurement is 541330 Engineering Services and the annual small business size
standard is $25.5M. This project requires a full design team to complete this project. The projected award date for the anticipated A&E contract is on or before December 1, 2023. All
information needed to submit SF330 documents is contained herein. The magnitude for construction (not design) of this project is between $60,000.00 and $700,000.00 in accordance with FAR
36.204(f). Federal Acquisition Regulations (FAR) 36.6 selection procedures apply. The A/E sources listed herein are being procured utilizing the Selection of Architects and Engineer s
statute, also known as the Brooks Act or Qualifications Based Selection (QBS), FAR Part 36.6, VAAR Part 836.6, and VAAM Part 836.6. All submissions will be evaluated in accordance with
(IAW) the evaluation criteria identified in the Selection Criteria. At least three (3) of the firms deemed to be the most highly qualified, after initial source selection, will be chosen
for discussions/interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in
conjunction with this contract are prohibited from participating in any future construction contracts based on those documents. DESCRIPTION: The Government is seeking an A&E firm to
provide all professional services required for the design of complete construction documents (i.e., working drawings, specifications, reports, estimates, and construction period services)
for Project Number 672-21-705MA: Design and drawings Electronic Healthcare Records Management (EHRM) Infrastructure Upgrades at Mayaguez CBOC, in accordance with items herein specified.
Construction document tasks will include, but will not be limited to, preparation and/or performance of reports, specifications, rendering, working drawings, site visits, meetings,
meeting minutes, phasing/scheduling, and other related information, and services. The A&E shall furnish services for schematic design, design development, and construction documents.
The anticipated scope is defined here for reference and final confirmation needs to be coordinated with the Government. See attached statement of work for more detailed information. The
review/design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work shall be accomplished by architects or engineers registered in Puerto
Rico and be authorized to complete professional design services in Puerto Rico. The project drawings/design shall follow applicable standards and codes described in VA Program Guides and
design materials. Master Construction Specifications Index, VA Construction Standards Index, VA Standards Index, and Criteria are available in the Technical Information Library (TIL) on
the VA Website address: http://www.cfm.va.gov/til/. The awarded A&E firm will prepare drawings and specifications in sufficient detail such that qualified outside general contracting
companies can prepare accurate and timely proposals for the desired work. The awarded A&E firm is responsible for ensuring that the specifications and drawings supplied fully
represent all the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be
provided by the A&E firm to minimize the impact of the construction. All offerors are advised that in accordance with VAAR 836.606-71, the total cost of the contract for A&E
services must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 (c) - Design
Within Funding Limitation, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated A&E firm selected to complete the design.
Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Selection shall be in the order of preference from the firms considered Most Highly
Qualified. Questions may be directed only by e-mail to Joseph Boudreau joseph.boudreau@va.gov, Javier Correa Javier.CorreaOchoa@va.gov and Johnny Jones Johnny.jones@va.gov. In accordance
with FAR 36.209 Construction Contracts with A&E Firms and 36.606 (c), all interested contractors are hereby put on notice that no construction contract may be awarded to the firm that
ultimately designs this requirement. In accordance with VA Acquisition Regulation (VAAR) 852.219-73, at 50% of the cost of personnel for contract performance of the contract shall be
spent for employees of the SDVOSB concern or employees of other eligible SDVOSB concerns. See VAAR Clause 819.7003 for eligibility requirements regarding SDVOSB Set-Aside. The selection
of the most qualified contractor will follow the guidance provided in FAR 36.6 Architect-Engineer Services. Federal Acquisition Registration (FAR) requires that federal contractors
register in the Central Contractor Registration (CCR) database at www.sam.gov and enter all mandatory information into the system. The award cannot be made until the contractor has
registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. SF 330s will be evaluated in accordance with the selection
criteria as stated in this pre-solicitation notice. These evaluations will determine the most highly qualified firms for this requirement. In accordance with FAR 36.602-3-(c), at least
three (3) of the most highly qualified firms will then be notified of the Government s intent to hold discussions. Discussions will be held with the top three (3) selected most highly
qualified firms in the form determined to be most advantageous and economical by the contracting officer. This may include in writing, via phone interview, or in-person interview
presentations. 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 for selection based on the selection criteria, and the most highly qualified firm will be selected and subsequently sent
the solicitation. The final evaluation and ranking will consider the SF 330 submission for each firm, as well as additional information obtained via discussions. A site visit may be
authorized for the highest-rated firm during the negotiation process at no cost to the Government. If negotiations are not successful with the highest-rated firm, 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 an award can be made or the requirement is canceled.
SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance to evaluate firms: SF 330 Evaluation - Stage I (Pre-selection) Professional
qualifications necessary for satisfactory performance of required services. Specific qualifications (i.e., education, training, registration, certifications, overall relevant experience,
and longevity with the firm) of personnel proposed for assignment to the project. The Designer of Record must be registered and licensed to complete design work for projects completed in
Puerto Rico. Examples of information resources are: Gobierno de Puerto Rico Departamento de Estado Puerto Rico Professional Engineering Certificate of Authorization:
https://www.ncarb.org/get-licensed/state-licensing-boards/architect-lookup https://estado.pr.gov/en/engineers-and-surveyors/https://www.estado.pr.gov
https://www.ncarb.org/get-licensed/licensing-requirements-tool https://estado.pr.gov/en/architects-and-landscape-architects/ NCARB rules for all States and PR/VI on architectural
licensing: https://www.ncarb.org The Designer of Record must have at least 5 years of experience. The Lead Designer in each discipline must be registered in Puerto Rico. Record of working
together as a team for the personnel proposed for assignment on this project. Submit the types and number of projects the firms (or design team members) have worked together on. Provide
professional license numbers and/or proof of licensure of key personnel proposed to complete work on the project. Specialized experience and technical competence in the type of work
required: Specialized experience and technical competence will be evaluated based on the design team members knowledge, both individually and collectively as a team. Experience should
include: In accordance with the attached SOW (See Project Overview) Facility upgrades Medical facilities environment Construction Inspection Services Field Surveys and Field Studies
Renovations and replacement Firms shall submit project information on at least five (5) but up to seven (7) designs for projects involving Design and drawings of Electronic Healthcare
Records Management (EHRM) Infrastructure the upgrades, or similar design work including structural replacement and Construction Period Service (CPS) that the prime contractor participated
in. Designs (project information) must be completed prior to the due date of the pre-solicitation notice. Describe processes in relation to design quality management procedures,
Computer-Aided Design, Drafting/Building Information Modeling, Building Information Modeling, equipment resources, and any proposed subcontractors. Capacity to accomplish the work in the
required time. Provide the following items to demonstrate capacity: Provide project lists for designs in progress or completed by the personnel proposed for assignment to the project;
Indicate how the team accomplishes multiple, large, and small projects simultaneously, at different locations, within required timeframes. Provide the number and types of employees (prime
and subcontractor), including the availability of additional competent, regular employees for support of projects, and the depth and size of the organization. Provide the volume of work
awarded by VA during the previous 12 months to the prime and all subcontractors. Past performance on contracts with Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. Submit the prime firm s past performance information to determine the degree to which it demonstrates the likelihood it can
successfully perform the requirements of the work as described in the Statement of Work. Submit evaluation information for all projects submitted for Factor 2, specialized experience, and
technical competence. If unable to obtain a completed CPARS, past performance questionnaires (PPQ) are acceptable. Please utilize the attached PPQ document. In the case of a joint
venture, LLC, or other teaming arrangement formed for the purpose of competing for this contract, the Government will evaluate the past performance of the entities that comprise the newly
formed entity. The Government will use the information either furnished by the Offeror and reference(s) and/or information obtained from other independent data sources in evaluating past
performance. Submit any performance rating information, especially for VA projects, as well as information about the reputation and standing of the firm and its principal officials with
respect to professional performance, general management, and cooperativeness. Submit any record of significant claims against the firm because of improper or incomplete architectural and
engineering services. For firms without a record of relevant past performance or for whom relevant past performance information is not available, the firm will not be evaluated favorably
or unfavorably. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Location in the general
geographical area of the project and knowledge of the locality of the project. The geographic location of the main or branch office of the prime contractor shall be within the borders of
Puerto Rico. All location measurements will be made by Google Maps (https://www.google.com/maps) from the firm s identified location. Knowledge of Puerto Rico regarding designs. Firms
must demonstrate knowledge of the locality which may include licenses or projects completed for designs of projects within Puerto Rico. 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. Firms must affirmatively
acknowledge that they will commit to the use of SDVOSBs to the maximum extent practicable. 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. Firms must describe a minimum of five (5) projects that include construction period services. These projects may be the same as the
projects submitted for Factor 2, with specialized experience and technical competence. Provide reference information including the email and phone number of customers and any available
completed performance evaluations for these projects. SUBMISSION REQUIREMENTS: All responding firms are required to submit Standard Form 330, Architect-Engineer Qualifications, Part I,
and Part II. The SF 330, Part I must clearly indicate the office location where the work will be performed, the qualification of the individuals and subcontractors proposed to work on the
contract, and their geographical location. You must submit your qualifications, and any supplemental information (such as past performance, spreadsheets, backup data, and technical
information), electronically to Joseph Boudreau joseph.boudreau@va.gov, Javier Correa Javier.CorreaOchoa@va.gov and Johnny Jones Johnny.jones@va.gov no later than November 20, 2023, 3:00
PM EST. Files must be readable using the current Adobe Portable Document Format (PDF). When submitting construction drawings, contractors are required to submit one set in AutoCAD and one
set in Adobe PDF. SF 330 submissions received after the due date and/or time will be handled IAW FAR 15.208 (b). Please see FAR 15.207(c) for a description of the steps the Government
shall take regarding unreadable offers. To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Password-protecting your offer
is not permitted. Please note that the Government can no longer accept .zip files. SF 330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of
thirty-five (35), single-sided, single-spaced, and numbered pages. This includes a title page, table of contents, and any other relevant information. If more than thirty-five (35)
single-sided pages are submitted, all pages after thirty-five (35) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. Part II of the SF 330 and
any Contractor Performance Assessment Rating System (CPARS) reports and Past Performance Questionnaires will not count as part of the page limitations. The SF 330 shall be submitted in
one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted. Email subject lines must be labeled Project Number 672-21-705MA A/E EHRM infrastructure
upgrades Mayaguez CBOC Solicitation Number 36C24824R0015 . All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code; 2)
Unique Entity Identifier (UEI); 3) E-mail address and Phone number of the Primary Point of Contact; 4) A copy of the firm s VetCert Certification. All Joint Ventures must be CVE verified
at the time of submission and firms shall submit agreements that comply with 13 CFR 125.15 prior to contract award. NOTE: In order for an SDVOSB to be considered as a proposed contractor,
the firm must be certified and visible by Small Business Association (www.sba.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at the time of submission
of their qualifications. Failure of a proposed SDVOSB to be verified by the SBA at the time SF-330 is submitted shall result in elimination from consideration as a proposed contractor. VA
Primary Point of Contact: Joseph Boudreau, NCO 8 Leasing Contract Specialist Email: joseph.boudreau@va.gov Javier , NCO 8 Leasing Contracting Officer (LCO) Email:
Javier.CorreaOchoa@va.gov ATTACHMENTS ARCHITECT-ENGINEERING See attached document: Attachment 1 Statement of Work AE Design EHRM Infrastructure upgrades Mayaguez CBOC See attached
document: Attachment 2 Experience Information Sheet See attached document: Attachment 3 Letter of Commitment Key Subcontractors See attached document: Attachment 4 Past Performance
Questionnaire ATTACHMENTS STATEMENT OF WORK Attachment 1 The following documents are attached SOW for A-E use and incorporation into the project documents: SOW Attachment A VHA Required
Division 01 Specification Sections SOW Attachment B 00 VA OEHRM Site Infrastructure Requirements SOW Attachment C HEFP SEP Design Alerts SOW Attachment D Sensitive Infrastructure Data
Classification Memo SOW Attachment E EHRM Architectural and Engineering CPM Schedules SOW Attachment F Program Guide AE Submission Instructions SOW Attachment G Seasonal Influenza with
Vaccines SOW Attachment H VHA Directive 1061 Prevention of Healthcare Associated Legionella Disease SOW Attachment I VACHS Mayaguez CBOC Campus Map SOW Attachment J Site Self Assessment
Matrix SOW Attachment K VHA COVID 19 Supplemental Contract Requirements SOW Attachment L OIT Infrastructure Std Telecom Spaces