The RFP Database
New business relationships start here

437-17-102 Install Instrument Air/RO Water Fargo Fargo VA Health Care System, Fargo, North Dakota


Iowa, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Request for SF330
Page 1 of 5

INTRODUCTION: THIS IS A TOTAL 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. This is a Pre-Solicitation Notice requesting SF330s for Architect/Engineer (A/E) Design Services for Project Number 437-17-102: Install Instrument Air and Reverse Osmosis (RO) Water in Sterile Process Service (SPS) at the Fargo VA Medical Center located in Fargo, North Dakota. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A solicitation will be issued directly to the top rated firm for which negotiations will commence in accordance with FAR part 36. The anticipated A/E Design Services to be awarded will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, and VA Acquisition Regulation 836.6.
MILEAGE RESTRICTION: This procurement is restricted to Service Disabled Veteran Owned Small Businesses (SDVOSB) located within a 500 mile driving distance from the Fargo, North Dakota VA Medical Center located at 2101 N. Elm, Fargo, North Dakota 58102. The 500 mile restriction will be verified by using the shortest driving distance from the Fargo VAMC to a firm s primary or satellite office from which the majority of the design services will be performed. This mileage restriction will be calculated using the following link:
http://obeattie.github.io/gmaps-radius/?lat=46.854338&lng=-96.828514&z=6&u=mi&r=500
If said contractor s office is more than the 500 mile driving distance restriction to the Fargo VAMC, the contractor s SF330 package will not be evaluated by the source selection evaluation board (SSEB) and will not be considered for award. This mileage restriction is in compliance with VAAR 805.207.
Contractors are required to place the address that must be utilized by the contracting officer on the first page (cover page) of the SF330 package. No other address will be utilized when determining said mileage restriction.
DESCRIPTION: The Fargo VA Health Care System is seeking a professional A/E firm to provide all A/E design services for the design and delivery of drawings, specifications, cost estimates, related studies, and all associated engineering services to install instrument air and reverse osmosis (RO) water in the Sterile Process Service (SPS) at the Fargo VA Medical Center in Fargo, ND. The design shall account for phasing to minimize disruption to the facility and provide wayfinding during construction and post construction. A/E shall complete the design in accordance with professional standard practices and VA standards. The design work shall be performed and/or approved by a registered or licensed architect or engineer for the state of North Dakota.
FINAL CONSTRUCTION DRAWINGS: Drawings including cost estimates, specifications, and calculations will be submitted within the negotiated period of performance after award. The A/E schedule shall allow for VA review period ending with A/E receipt of VA comments for each submission no later than 10 business days after VA receives the submission. The A/E work shall include, but is not limited to:
(a) Site Investigations necessary to determine the existing conditions at the site of work.

(b) Schematic plans, design development plans, and final construction drawings.

(c) Specifications, phasing plan and cost estimates.

(d) Design narrative and engineering calculations.

(e) Construction period services to include submittal review, site visits and construction inspections.

All offerors are advised that in accordance with VAAR 836.606-73, 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. Selection shall be in order of preference from the firms considered Most Highly Qualified.
Interested and eligible firms should submit two paper copies and two CD copies of their current SF330 to: VA Central Iowa Health Care System, NCO 23, Construction Contracting Office, Des Moines Division, ATTN: Tim Kimmel (90C), 3600 30th Street, Des Moines, IA 50310. The SF330s are due on March 7, 2017 at 2:00 PM (CST). Use the instructions located in section fourteen (14) below for submitting your SF330.
NO FAX OR EMAIL RESPONSES WILL BE ACCEPTED: Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to timothy.kimmel@va.gov.
In accordance with FAR 36.209 Construction Contracts with A/E firms and FAR 36.606 (c) Negotiations - all interested firms are hereby put on notice that no construction contract may 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.
Security Issues, Late Bids, Unreadable Offers
(a) Late submission of offers are outlined at FAR Parts 52.212-1(f) and 52.215-1(c). Particular attention is warranted to the portion of the provision that relates to the timing of submission.
(b) Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers.
(c) To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.B Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Part and FAR 15.207(c ).
(d) Password protecting your SF330 is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated Government individuals.

The selection of the most qualified A/E firm will follow the guidance provided in FAR 36.6 Architect-Engineer Services. Additionally, this pre-solicitation is also issued in accordance with Public Law 109-461, the Veterans Benefits, Healthcare Information and Technology Act of 2006, Sections 502 and 503, as a set-aside for Service-Disabled, Veteran-Owned Small Businesses (SDVOSBs). Pursuant to 38 USC 8127(d), competition is restricted to SDVOSB construction firms, as there is a reasonable expectation that two or more offers from SDVOSB contractors will be received under this solicitation.
All eligible responding firms must be registered and verified with the Department of Veterans Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status and ownership and control sufficient to establish appropriate status. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz.gov at the time SF330s are submitted, when the proposal is received as a result of the solicitation issued to the most qualified firm, and on the date of contract award will result in the offeror s proposal/SF330 being deemed not acceptable and the Government will proceed negotiating with the next highest qualified firm. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so.
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. Firms will be selected based on demonstrated competence and qualifications for the required work. The estimated magnitude for construction (not design) of this project is between $100,000 and $200,000 per VAAR 836.204(c).
(a) Contract Award Procedure: At time of award, the A/E frim must be certified by VetBiz and registered in the System for Award Management (SAM) database. Register via the SAM internet site at www.sam.gov. Failure of an SDVOSB to be VERIFIED by CVE and VISIBLE in VetBiz shall result in elimination from consideration as a proposed contract awardee. Failure of an SDVOSB to be registered in SAM at the time of contract award shall result in elimination from consideration as a proposed contract awardee. The proposed services will be obtained by a negotiated Firm-Fixed Price Contract.
(b) 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 a State or possession of the United States, or in Puerto Rico or in the District of Columbia.
(c) The project drawings/design shall be in compliance with 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 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 drawings and specifications supplied fully represent all of 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 to minimize impact of the construction. The NAICS code for this project is 541330 Engineering Services with a small business size of $15 million. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP type in SF330 in the Find a Form block and click on search.

SELECTION CRITERIA: The VA will utilize the following selection criteria IAW FAR 36.602-1 and VAAR 836.602-1:

(a) Professional qualifications necessary for satisfactory performance of required services;

(b) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials;

(c) Capacity to accomplish the work in the required time;

(d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;

(e) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.

(f) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness;

(g) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and

(h) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team;

Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, traffic engineering, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, Building Commissioning, Leadership in Energy and Environmental Design, specification writing, and construction surveillance skills as described herein. Responses to this notice should include recent (within the past 5 years) experience in designing projects of this nature.

THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF-330 A/E Qualification 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

Discussions with the three most highly rated firms based on the technical review of all the SF330s received will be conducted. A solicitation will only be issued to the most highly qualified firm after discussions have concluded and have been evaluated.

Submission Requirements: Firms must provide a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as related experience and a project workload schedule showing proposed team members for the project period. All responding firms, including consultants to the primary firm are required to submit two paper copies and two CD copies of Standard Form 330, Architect-Engineer Qualifications, Part I and Part II. The SF330, Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and subcontractors proposed to work on the contract and their geographical location.
You must submit your CD copies, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. However, firms will be notified of the award via Notice of Award e-mail.B The award document will be attached to the Notice of Award e-mail. Acceptable Electronic FormatsB (Software) for Submission of SF330 packages:
(a) Files 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. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files);

(b) Files in Adobe* PDF Files:B When scanning documents scanner resolution should be set to 200 dots per inch, or greater;

(c) Other electronic format.B B If you wish to submit an offer using another format other than described in these instructions, e-mail the Contract Specialist/Contracting Officer who issued the solicitation.B B Please submit your request at least ten (10) calendar days before the scheduled closing date.B B Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your SF330;

(d) SF330s shall be provided on standard letter size 8-1/2 by 11 inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger.

(e) Please note that we can no longer accept .zip files due to increasing security concerns.

VA Primary Point of Contact:
Tim Kimmel, Contract Specialist
Email: timothy.kimmel@va.gov

VA Secondary Point of Contact:
Enrique Perez, Contract Specialist
Email: enrique.perez2@va.gov

Tim Kimmel
Contracting Specialist
timothy.kimmel@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP