The RFP Database
New business relationships start here

AE Vets First Market Research NCO1 Request for SF330s Open and Continuous effort to maintain an SF330 Data File for NAICS 541310 and 541330. Submit SF330 when prepared. This notice will be refreshed annually.


New Hampshire, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Page 5 of 6

VISN 1 Vets First AE SF-330 Data File Market Research
Continuous Open Special Notice
SPECIAL NOTICE REQUEST FOR QUALIFICATIONS (SF-330)

***ATTENTION: THE INSTRUCTIONS PROVIDED IN THIS NOTICE ARE IN ADDITION TO THOSE PROVIDED ON THE SF 330, ARCHITECT-ENGINEER QUALIFICATIONS***

NAICS Code: 541 -- Professional, Scientific, and Technical Services; 541330 - Engineering Services (Small Business size standard of $14.0 million dollars average annual gross revenues for the past three fiscal years) and 541310 - Architectural Services (Small Business size standard of $7.0 million dollars average annual gross revenues for the past three fiscal years).

INTRODUCTION:

The Department of Veterans Affairs Medical Center (VAMC); NCO 1 Contracting is requesting qualification statements to maintain current up to date Market Research as suggested in FAR 36.603 for use in evaluating firms capabilities during a source board evaluations for Architectural and Engineering Services at the VA Medical Centers located throughout VISN 1. The VA facilities included but not limited to in this requirement are: (1) VA Maine Healthcare System, Togus, Maine; (2) VA Medical Center, White River Junction, Vermont; (3) VA Medical Center, Manchester, New Hampshire; (4) VA Central Western Massachusetts, Northampton, Massachusetts; (5) Edith Nourse Rogers Veterans Memorial Hospital, Bedford, MA; (6) VA Boston Health Care System, MA, including the Brockton Campus, the Jamaica Plain Campus, and the West Roxbury Campus; (7) VA Medical Center, Providence, RI; (8) VA Connecticut Health Care System, including the West Haven Campus, and the Newington Campus; and any Community Based Outpatient Clinics located within VISN 1; and any other VA facility and/or location within the New England HealthCare System.

CONTRACT INFORMATION:

As a result of this call for qualifications the NCO1 Market Research Data File will contain the most up to date qualification data on firms submitting SF330s. NCO 1 intends to accomplish a firm fixed price contract from firms selected as a result of the source board process for the specific future actions. The selected A/E firms shall provide services in accordance with FAR 2.101 definition of "Architect-Engineer services" as defined in 40 U.S.C. 1102 and FAR Part 36.6. This Market research is for a Total Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) in accordance with VAAR 852.219-10 for both NAICS Codes 541310 and 541330. Being maintained in the Market Research will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the VETBIZ Vendor Information Pages (VIP www.vip.vetbiz.gov). VETBIZ will be used to determine SDVOSB/VOSB status therefore firms need to be registered with the applicable NAICS Code as 541310 and/or 541330 at the time SF330 s are submitted. The Market Research data file duration will be 365 calendar days from this notice. Requests to update or supplement the SF330 information will be ongoing. The estimated magnitude of construction costs for these potential projects range between $25,000.00 and $5,000,000.00.

Prospective firms are reminded to comply with Limitations on Subcontracting, in accordance with FAR 52.219-14 and VAAR 852.219-10. SF330 packages shall address how each firm anticipates meeting these criteria. This request 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 maintained in the NCO1 Market Research Data File available to be evaluated by the AE Source Boards within NCO1. 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.

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.



PROJECT INFORMATION:

Provide professional multi-disciplined Architect/Engineer Services to include, but not limited to, site investigations; analysis; design; preparation of specifications and drawings; preparations of cost estimates; construction period services; preparation of as-build record drawings; site visits during construction; commissioning: safety, industrial hygiene, fire safety and environmental management (GEMS) services; and the services of resident engineer on site at the facilities to perform project management and inspection services. A/E(s) signing drawings must be licensed. The following A/E disciplines are expected to be required during the course of the contract: architecture, structural, civil, mechanical, plumbing, steam generation, geotechnical, site development, utilities, environmental, resident engineering/construction management, landscaping, electrical, fire protection, industrial hygiene, interior design, surveyors, cost estimators, or other A/E services as defined by FAR Part 36.6 that may be necessary. Contracts may include, but are not limited to any combination of studies; investigations; tests; evaluations; consultations; comprehensive planning; program management; conceptual designs; schematic designs; design development; construction documents; bidding and construction period services; and commissioning. Each requirement will be identified by a scope of work to accompany a request for proposal for a contract. Hourly rates per discipline will be negotiated for each contract, as well as overhead and profit. Level of effort will be negotiated for each contract.

EVALUATION SELECTION CRITERIA:

The selection criteria, in descending order of importance will be as follows:

Professional Qualifications
Reputation & Standing of Firm
Specialized Experience/Technical Competence
Teamwork
Capacity
Past Performance
Capability and commitment
Location

SELECTION CRITERIA DESCRIPTIONS:

The selection criteria descriptions (1 through 8) are provided below.

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 their 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.

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.

SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE

Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

This factor evaluates the amount of experience the AE firm has in designing similar types of work/facilities and evaluating their technical competence. The factor includes an emphasis, where appropriate, on the firm's experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.

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 scope. List projects that demonstrate the teams experience with projects

a. Healthcare/Hospital Design
b. Long Term Care Design
c. Clinical Design
d. LEED Building Certification

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.

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.

a. List current projects with a design fee of greater than $25,000 being designed in the firms office;
b. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period;
c. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates;

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 schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required).

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.
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.

Past Performance Questionnaires (Attachment 1 to this Notice):

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.
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.
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.
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 at the address listed in this Notice, no later than the SF 330 submittal package due date designated in this Notice.

E-mailed Past Performance Questionnaire Sections B through D is preferred from the contract customer. If the contract customer chooses to email the past performance questionnaire sections B through D, they SHOULD NOT send the hardcopy via mail.

Respondents are notified that NCO 1 may use any additional sources of information (such as, but not limited to the Architect-Engineer Contract Administration Support System (ACASS) or the Army Corp of Engineers central database of past performance) available to it regarding the Respondent s relevant experience and past performance and consider the information thus obtained as part of this evaluation.

CAPABILITY AND COMMITMENT

The capability and commitment to provision accurate professional services during the construction period. This factor includes determining customer satisfaction, project cost, and meeting project schedule by:

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.
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.

LOCATION

The A/E Firm must be generally located in the geographic area of the NCO1 VA Medical Centers.
Please provide the address of your closest office.
The A/E Firm must have general knowledge of the locality of the project.



QUESTIONS AND COMMENTS:

Questions and comments regarding this notice must be submitted by email only to the Contracting Officer Edward Roy at edward.roy@va.gov
Oral questions will not be answered.
The deadline for questions is OPEN until April 18, 2019 at Noon Eastern Standard Time.

SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS:

SF 330 submittal packages shall be submitted no later than Noon on OPEN until April 18, 2019.

Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time.

Qualified A/E firms are required to submit ONE (1) electronic copy via email to edward.roy@va.gov. Email attachment file size limit is 7MB. Firms are required to create separate emails if total file size exceeds 7MB.

SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF

Submission of information incorporated by reference is not allowed.

Prospective firms shall address all selection criteria factors within their submitted SF 330 package.

Submissions are limited to 85 pages.

Absolutely no photographs shall be submitted.
Title pages and tables of contents, if applicable, are excluded from the page count limitation.
Pages submitted in excess of the limitations specified in this Notice will not be evaluated by NCO 1.

A page is defined as one side of a sheet, 8-1/2" x 11", with at least one inch margins on all sides, using not smaller than 12 point type. Foldout sizes count as an equivalent number of 8-1/2" x 11" pages. The metric standard format most closely approximating the described standard 8-1/2" x 11" size may also be used. This does not apply to the SF330 form.

Telephone or Fax inquiries will not be accepted.

SF 330 PACKAGE CONTENTS:

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.

Respondents are required to meet all requirements in addition to those identified as selection criteria

SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration.

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 will still be included in the SF330 Data File.

SF 330 PACKAGE PREPARATION:

Email attachment file size limit is 7MB. Firms are required to create separate emails if total file size exceeds 7MB.

SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF.
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.
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, DUNs number, date of response, title and Notice identification.
Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference.
A table of contents shall be provided for ready reference to sections and figures.
SF 330 submittal packages shall be consistent with the following structure and formatted accordingly:
SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS
Sections A through D
Section E
Section F
Section G
Section H
Section I
Questionnaire section A only
Other additional information and attachments
SF 330 PART II GENERAL QUALIFICATIONS

(Note: Respondents shall clearly label additional information and attachments).

Contracting Officer Contact Information:


Edward Roy, Contracting Officer
VISN 1 Network Contracting Office (NCO1)
VA Medical Center
718 Smyth Road, BSB Suite 105
Manchester, NH 03104-7007
E-mail: edward.roy@va.gov

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

ATTACHMENTS TO THE SPECIAL NOTICE:

Attachment 1 Past Performance Questionnaire and Cover Letter

END OF SPECIAL NOTICE

Edward Roy
603-624-4366 x5867
edward.roy@va.gov

edward.roy@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP