SOLICITATION NOTICE
C -- 405-24-001 | A/E - Pathology Lab Renovation
- Notice Date
- 2/7/2025 6:28:33 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125R0041
- Response Due
- 2/28/2025 12:00:00 PM
- Archive Date
- 06/07/2025
- Point of Contact
- Diane C. Davis, Contracting Officer, Phone: 207-623-8411
- E-Mail Address
-
diane.davis2@va.gov
(diane.davis2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- SPECIAL NOTICE FOR QUALIFICATIONS (SF-330) - 405-25-001 Pathology Lab Renovation Design NAICS Code: 541310 Architectural Services (Small Business size standard $12.5 million dollars) A. INTRODUCTION: The White River Junction VA Medical Center seeks the services of a qualified Architect / Engineer (A/E) firm to provide design & construction phase services to plan & assist with the phased renovation of the hospital s existing 8,750sf± Clinical Laboratory. Work involves design planning and construction phase services for the phased renovation of a Clinical Pathology Laboratory. Operating 24 hours a day, seven days a week, the laboratory provides critical services to the hospital. Because it provides a critical service, the lab will need to remain open during renovation. Renovation design will require a detailed construction phasing plan. Design will include, Architecture, Structural Engineering, Mechanical Engineering, Electrical Engineering, Industrial Hygiene, and other disciplines required for delivery of Construction Plans and Construction Phase Services for this phased hospital laboratory renovation. The Construction Plans will be used for bidding. A/E firm will prepare a detailed construction cost estimate. During the bidding phase, the A/E will assist with bidding, and Requests for Information (RFIs). The VA will be responsible for solicitation for bids. The A/E firm will provide construction phase services. These construction phase services will include assisting the VA with RFIs, Submittal Review, progress meetings, construction inspections, cost estimating and consulting on change orders, punch lists and commissioning. Ensure compliance with the VA Design Manual as well as all other VA Design Requirements. All work shall be designed to include phased construction as appropriate to maintain uninterrupted VA Medical Center operation throughout the project. See attached Statement of Work for complete details. B. CONTRACT INFORMATION: The VA Medical Center (VAMC) White River Junction located in White River Junction, VT has a requirement for a Firm Fixed Price contract to provide all professional architectural and engineering (A/E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing, investigations, site visits and construction period services associated with project 405-25-001 A/E Pathology Lab Renovation. This project will update and replace the Building 1 Pathology Laboratory of VAMC White River Junction, 163 Veterans Drive, White River Junction, VT 05009. The Magnitude of Construction cost is between $10,000,000 and $20,000,000.00. 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 541310. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the SBA Veteran Small Business Certification (VetCert) (https://veterans.certify.sba.gov/). VetCert will be used to determine SDVOSB/VOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541310 at the time SF330 s are submitted. Prospective firms are reminded they must certify that in accordance with VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, in the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VetCert-listed SDVOSBs as set forth in 852.219-73 (JAN 2023 Deviation). Any work that a similarly situated VetCert-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. 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 M836.602-1 of the VA Acquisition Manual. 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 on the VA Form 6298 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 330's 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 405-25-001 A/E Pathology Lab Renovation. 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. Specialized Experience and Technical Competence 2. Professional Qualifications 3. Past Performance 4. Capacity 5. Geographic Location 6. Experience in Construction Period Services 7. Commitment to the use of SDVOSB, VOSB and SB as Subcontractors F. SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 7) are provided below. Specialized Experience and Technical Competence: The A/E firm shall demonstrate recent specialized experience and technical competence in projects for health care facilities (to include joint ventures) and laboratory spaces, including recent experience in design, and Construction Phase Services, of hospital facilities, particularly, Phased Construction of Hospital and Clinical Laboratory space. This factor evaluates the amount of experience the A/E firm has in designing similar types of renovation in critical facilities (requiring 24hr uninterrupted operations) and phased construction. Submitting firms shall provide a detailed narrative of up to five (5) (maximum) and no less than three (3) (minimum) relevant projects completed within the last five (5) years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the team s experience with projects of similar size and scope to those to be performed under this contract. Only the first five (5) projects submitted will be evaluated. Firms will be evaluated according to specialized experienced the firm has with Hospital/Health Care infrastructure and laboratory space. Higher ratings will be provided to firms who demonstrate experience with the VA or in a hospital environment. Professional Qualifications Necessary for Satisfactory Performance of Required Services: The A/E firm will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Firms are expected to demonstrate experience which demonstrates ability to perform a project such as this within a VA Medical Center or hospital environment. Firms shall provide brief resumes of proposed team members who will specifically serve as the project managers and designers of record, as well as of other relevant team members or subcontractor/subconsultant team members who will perform technical tasks under this contract. Subcontractor team member resumes shall indicate their record of working together with the prime contractor. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the construction drawings. All Designers of Record must be professionally registered in their discipline, and this shall be identified on their resume. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience in their technical field relevant to this contract scope. At a minimum, the following disciplines shall be included: Architect, Project Construction Cost Estimator, Structural Engineer, Mechanical Engineer, Electrical Engineer, Industrial Hygienist, Commissioning Agent. Designers provided shall have no less than 5 years of relevant experience. Past Performance: The A/E firm shall submit a minimum of three and maximum of five (5) past performance evaluations on recent projects relevant to the one being procured under this notice. Firms will be evaluated for past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, professional performance, general management, cooperativeness, quality of work, Construction Phase Services, compliance with performance schedule and a record of significant claims against the firm due to improper or errors/omissions, incomplete design and/or engineering services (references required). Recency is defined as performance occurring within five (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. 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. 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. 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. Capacity: The A/E firm shall show current and projected workload for the proposed team and percentage of their available capacity. Documentation supplied shall support that the firm has the capacity to accomplish the work in the required time. A signed statement shall be provided stating that the firm acknowledges that prior to award of the contract, they are required to notify the Government of any changes in their capacity that could limit their ability to perform the work within the required time. Geographic Location: The A/E Firm must demonstrate that it has general knowledge of the locality of the project, location in the general geographical area of the project and knowledge of the locality to include specific knowledge of certain local conditions or project site features such as: geological features climate conditions local construction methods construction firms and trades labor availability permit requirements local laws and regulations Location of the firm is measured by the driving distance between the Offeror s principle business location and the VAMC White River Junction located at 163 Veterans Drive, White River Junction, VT 05009. Determination of the mileage will be based on Google Maps (https//www.google.com/maps/dir/) Experience in Construction Period Services: Respondents must provide one (1) recent project and provide a narrative on how the A/E incorporated the following into their project: Professional field inspections during the construction period Review of construction submittals Support in answering requests for information during the construction period Support of construction contract changes to include drafting statements of work and cost estimates Any project provided in addition to the one (1) will not be evaluated as part of this criteria. Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors: Respondents must provide a narrative on how they will commit to the use of Service-Disabled Veteran-Owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Prospective firms are reminded they must certify in accordance with VAAR 852.219-77, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction. G. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contract Specialist, Diane C. Davis at diane.davis2@va.gov. b. Oral questions will not be answered. c. The deadline for questions is February 21, 2025 at 10:00AM EST. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages shall be submitted no later than March 7, 2025 at 3:00PM EST. 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 diane.davis2@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 65 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, specific information addressing each of the five selection criteria described in this Notice. 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 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 diane.davis2@va.gov. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. b. Electronic copy shall be in searchable PDF format of the SF 330.. c. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9 digit zip code, phone number, e-mail address, Unique Entity Identifier, 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. 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: FAR https://www.acquisition.gov/ VAAR https://www.va.gov/oal/library/vaar/index.asp END OF SPECIAL NOTICE Attachments: Statement of Work 01172025
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2787227640a84f93bfd3ffd52921ef6b/view)
- Place of Performance
- Address: Department of Veteran Affairs VAMC White River Junction 163 Veterans Dr, White River Junction 05009
- Zip Code: 05009
- Zip Code: 05009
- Record
- SN07336592-F 20250209/250207230028 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |