The RFP Database
New business relationships start here

Central Region Electrical Study A/E IDIQ Public Announcement Requst for Standard Form (SF) 330


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

PUBLIC ANNOUNCEMENT
ARCHITECT-ENGINEER SERVICES
INDEFINITE DELIVERY INDEFINTE QUANTITY (ID/IQ)
ELECTRICAL STUDY
GENERAL

This public announcement serves to provide notice of Request for Qualifications using SF-330 for Architect-Engineer (A/E) services as further described in the announcement.

The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM) Central Region has a requirement to obtain the services for up to five (5) Indefinite-Delivery Indefinite-Quantity (ID/IQ) Electrical Study contracts.

The Service Disabled Veteran Owned Small Business (SDVOSB) Architect/Engineer firm (A/E) firm shall provide labor, materials, testing, and supervision to perform work for Electrical Studies. The qualified firm shall possess an excellent working knowledge of NFPA 70E - Standard for Electrical Safety in the Workplace, IEEE 1584, NEC, and NESC, is a Registered Professional Engineer in one or more states. Have experience in performing studies for large-scale campus type facilities of 500,000 SF to 1,000,000 SF or greater.

This procurement will be following the procedures for evaluation and award in accordance with Brooks Act, Federal Acquisition Regulation (FAR) 36.6, and Veterans Affairs Acquisition Regulation (VAAR) 836.6.

Work for this project shall be in accordance with (IAW) the construction plans and specifications, SOW and VA master specifications which are located on Veteran Affairs Technical Information Library site http://www.cfm.va.gov/TIL/. The contractor must follow medical center rules, regulations and policies to include OSHA standards.

The contractor shall use SKM PowerTools software, perform short circuit analysis, perform protective device coordination, provide voltage drop calculations, and Arc Flash Analysis. The contract scope shall be executed in accordance with the specifications and other requirements of the contract documents.

The solicitation will be 100% set aside for Service disabled Veteran Owned Small Business (SDVOSB).The SDVOSB must be an Architect/Engineer (A/E) firm with an approved NAICS Code of 541330, Size Standard $15.0 million.

The Government anticipates awarding up to five (5) contracts under the IDIQ. These contract(s) will have a base period of one (1) year and four (4) one-year option periods at the discretion of the Government. The multiple award ID/IQ contract(s) contain a guarantee minimum amount of $1,000.00, and a maximum amount of $2,000,000.00 per contract. Over the base and four option years maximum guarantee is $10,000,000.00. The firm must be capable of responding to and working on multiple task orders concurrently.

NOTICE TO OFFERORS: Prior to and at the time of award the SDVOSB must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM and be registered/certified as a SDVOSB firm on the VetBiz Vendor Information Pages at http://www.vip.vetbiz.gov .

REQUEST FOR QUALIFICATIONS and AMENDMENTS: Prospective Offerors must obtain copies of solicitation documents from FedBizOpps, by registering at FedBizOpps (http://www.fedbizopps.gov) the Offerors will have access to downloading RFQ which will be available only in Adobe PDF electronic format. The Offerors must be registered in SAM and have a DUNS Number to download documents. By signing up for the Register to Receive Notification list at http://www.fedbizopps.gov, you will be notified by email of any new amendments that have been issued and posted. No other notification of amendments will be provided. Potential Offerors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation.

EVALUATION

The evaluation consists of the following parts:

1. Submittal: Use Standard Form 330 for the submission of qualifications.

2. Proposal Compliance Review: The Government will review all qualifications received to determine if they are responsive to the public announcement requirements. A responsive offer is one that meets all the terms, conditions, and specifications of the announcement. Offeror shall provide all documents listed and comply with all announcement instructions in order for their qualifications to be considered responsive to this announcement. This review may eliminate offerors that fail to provide all the required information and documents in the format and detail specified.

3. Qualification Evaluation: This evaluation is accomplished by the Architect Engineer Evaluation Board of each proposal against the factors and sub-factors as stated in the announcement.

4. Price/Cost Evaluation: Price/cost will be negotiated with most highly qualified firms and overhead rates audit by DCAA, VAOIG, or an outside independent auditing firm.

EVALUATION FACTORS AND SUB FACTORS

The Government will evaluate the factors and sub-factors described below:

1. Professional Qualifications
A) Proposed Team & Org Chart
B) Key Personnel
i) Key Personnel Qualifications

2. Specialized Experience and Technical Competence
A) Offeror and Sub-Consultant Team
B) Key Personnel Participation
C) Electrical Study
D) Power System Modeling

3. Capacity

4. Past Performance

5. Other Relevant Information
A) Other Experience

EVALUATION PROCEDURES
Evaluation factors: An offer will be selected for award based on the "Brooks Act", and FAR 36.6. These selections will be based on an integrated evaluation as described below. An integrated evaluation team will consider qualification merits, strengths, weaknesses and risks. Professional Qualifications, Specialized Experience and Technical Competence, Capacity, Past Performance, and Other Relevant Information are factors in the evaluation of qualifications.

1. Factor 1 Professional Qualifications
A) Proposed Team & Org Chart: Using Part 1.C of SF-330, provide names, addresses, and team role for all firms (prime and sub-contractors) the Offeror anticipates to be utilized under this contract. Per Part 1.D, provide a team organizational chart including firm name, discipline, assigned key personnel, and alternates where applicable.

B). Key Personnel: Using Part 1.E of the SF-330, provide resumes for all key personnel and alternates shown on an organizational chart. Key personnel in disciplines may require State licensing, registration, and/or certification prior to starting the work. Resumes shall be provided for other key personnel as follows: project manager, senior electrical engineer and junior electrical engineer. Registration or certification for all is encouraged. The Offeror agrees that key personnel proposed is available and shall be assigned to the project. If re-assignment of personnel is considered a possibility, provide alternates with comparable relevant experience for each position. If alternates are proposed for key positions, the evaluation rating will consider the lesser qualified or experienced person, if there is a difference. Basis information shall consist of:
Professional Qualifications: For the proposed key personnel, including alternatives, provide the following basis data: key person s name, firm name, office location, team assignment, education level/discipline (example: BS, electrical engineering), state(s) of professional registration, number of years of professional experience, and number of years with the firm, and other professional qualifications such as professional organization memberships, certifications, training, and awards. For project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years.

2. Factor 2 Specialized Experience and Technical Competence:
Specialized Experience and Technical Competence: The purpose of this factor is to determine if the Offeror s team (joint venture/teaming partner, sub-contractors, and key personnel) have the necessary relevant experience to be successful performing this type of work. As noted previously, for the purposes of this solicitation, relevancy refers to facilities (500,000 1,000,000 SF or greater in size) or similar scope and complexity such as electrical studies for public and private sectors. Well underway means at least 50% completed by the submission date of this Request for Qualifications.

A) Offeror and Sub-Consultant Team:
Using Part 1.F of SF330, Offerors will be instructed to submit data sheets on not less than 3 or more than 5 relevant projects that the Offeror was the lead on electrical studies, Engineer of Record, or provided a significant role on the project. Projects must be relevant to the immediate acquisition. All relevant projects must be well underway or completed projects within the past 5 years (2012 to present).

Each data sheet shall be no more than a single letter-size sheet in length. As part of the narrative, the Offeror must justify why this project is relevant to this acquisition.

B) Key Personnel Participation:
Using Part 1.G of SF330, the Offeror shall identify each key person s participation in the relevant projects identified in Part 1.F.

C) Electrical Study: Offerors will be evaluated in terms of their knowledge, ability and demonstrated experience in applying Short Circuit Calculation, Protective Device Coordination and Arc Flash Hazard Analysis to identify any immediate hidden electrical distribution problems that may exist under normal and fault conditions. An excellent working knowledge of NFPA 70E - Standard for Electrical Safety in the Workplace, IEEE 1584, NEC, and NESC is critical.

D) Power System Modeling: Offerors will be evaluated in terms of their knowledge, ability and demonstrated experience in applying SKM PowerTools software to produce a comprehensive analysis includes model electrical system configuration and modes of operation, develop one-line diagrams, plot time current curve (TCC) and perform Arc-Flash Hazard analysis. An excellent working knowledge of NFPA 70E - Standard for Electrical Safety in the Workplace, IEEE 1584, NEC, and NESC is critical. Provide examples where appropriate.

3. Factor 3 Capacity
Capacity to Perform: Supplement Part II of SF 330 for the Offeror and each major sub-contractor by providing a listing of current contracts/task orders held, percent complete, estimated completion date, and percentage of staff time dedicated to the contract. Provide a narrative description of how this contract would fit into contractor/subcontractor workload and how resources would be assigned to ensure successful completion.

4. Factor 4 - Past Performance:
Past Performance: Past performance refers to the quality of recent project experience from the owner's perspective (how satisfactory was the Offeror s performance on a particular recent project, 2012 to 2017). If available, the Offeror shall provide CPARS interim/final past performance evaluations on not more than 5 projects completed or well underway within the past 5 years which the Offeror provided electrical study services The evaluations shall be for projects of a similar size (500,000 SF to 1,000,000 SF or greater) and/or complexity. The interim/final past performance evaluations shall include data and narrative not necessarily limited to contract amount, number and total value of contract modifications, award date, original and final completion dates, quality of workmanship, completeness of submittals, correction of deficient work; management of the work, subcontractor management, and relations between owner and team.

For Offerors lacking CPAR evaluations, they shall have their project references fill out a Past Performance Questionnaire Form (Appendix I) and email them directly to the Contracting Officer on or before the closing date of the RFQ. In order for the Government to solicit candid, fair comments, the Government will not release the Interview Forms to the Offeror unless a less than satisfactory evaluation is submitted. If a less than satisfactory evaluation is received, the Offeror will be given an opportunity to rebut the evaluation.

These ratings should be for projects completed or well underway by 2012 to present and include the following data: current client contacts, project due date, study completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated).

Past performance information may be obtained from any other sources available to the Government including but not limited to interviews with Project Managers, Contracting Officers, other VA personnel, local agencies and other outside sources.

5. Factor 5 Other Relevant Information:
Other Relevant Information: Using Part 1.H of SF330, provide narratives/examples of successes providing these types of services The Offeror may also use this space to identify any additional information they consider relevant to the solicitation and demonstrates their suitability for this acquisition.

A) Other experience:

Offerors will be evaluated in terms of their knowledge, ability and demonstrated experience in the following:

1) Knowledge in applying NFPA 70, NFPA 70B, NFPA 70E, NFPA 110 relative to operation, testing and maintenance in healthcare facility electrical system design.
2) Ability to perform Root Cause Analyses of electrical incidents, analyze the quality of hospital electrical systems, investigating Grounding, Harmonics, and other Power Quality issues in the context of a comprehensive Electrical Reliability Study.
3) Experience in recommending the most cost effective solutions to address electrical reliability in healthcare facilities.


REQUEST FOR QUALIFICATIONS REQUIREMENTS, TERMS AND CONDITIONS

Offerors are required to meet all Request for Qualifications requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or sub-factors. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale.


Minimum In-House Primary Key Personnel and Consultant Qualifications

All key personnel shall have the ability to communicate and effectively demonstrate satisfactory expertise in their individual architectural and engineering disciplines. All key personnel identified by the contract shall meet the minimum qualifications listed below. The performance of key personnel, during the term of the contract, shall be acceptable to the Contracting Officer. Should an individual performance be found unacceptable to the Contracting Officer, the contractor shall replace this individual who meets the minimum qualifications listed below.

Senior Project Manager - Shall have a minimum of 10-years of experience as a Project Manager, a registered architect or engineer, expertise in advanced contract administration, cost and pricing, specifications, materials and management of architectural, structural, mechanical electrical and civil engineering services, have a working knowledge of US building codes, scheduling and state of the art methods associated with national cemetery construction.

Regional Project Manager(s) - Shall have a minimum of 10-years of experience as a Project Manager, a registered architect or engineer, expertise contract administration, cost and pricing, specifications, materials and management of architectural, structural mechanical, electrical and civil engineering services, have a working knowledge of US building codes, scheduling, and state of the art methods associated with national cemetery construction.

Architect(s) - Shall be a registered architect, minimum of 10-years of experience as a design architect, medical facility design experience, a Bachelor s degree in architecture, a working knowledge of the Uniform Building Code (UBC), Life Safety Code (NFPA 101), Uniform Federal Accessibility Standards (UFAS), The Americans with Disability Act (ADA), OSHA and ASTM standards.

Electrical Engineer (s) - Shall be a registered professional engineer with a minimum of 10-years electrical design experience, a Bachelor s degree in electrical engineering, design experience in power distribution systems, emergency power, lighting, fire alarm and communications systems for national cemetery facilities, and working knowledge of the latest editions of the National Electrical Code (NEC), NFPA 72, NFPA 99 and 101.



The shortlisted firms will be invited to present their qualifications to the Evaluation Board.B They will be given approximately ten (10) days to prepare for their Interview Presentations.B After the Interview Presentations are concluded the firms will be evaluated. The top-ranked firm will be selected and sent a solicitation with subsequent negotiations to follow.

Interested A/E firms are required to submit a completed form SF 330 and any supporting documentation in order to be considered.B The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp).B The SF 330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in Arial Size 12 font, single spaced.B The background color of each page of the submission shall be white or ivory stock only.B A page is defined as each face of an 8.5 x 11 inch sheet of paper containing information.

Any Request for Information (RFI s) must be submitted to the Contracting Officer in writing and emailed to tiffany.rivers2@va.gov. RFI s due April 28, 2017 @ 10:00am CST.

A/E firms that meet the requirements listed in this request for SF 330s are invited to submit one (1) hard copy and (1) electronic copy of the SF 330 with appropriate documentation. SF 330 due May 15, 2017 @ 1:30pm CST.

Email copy to: tiffany.rivers2@va.gov
-or-
Fed Ex, UPS or DHL one copy of the information to:
Department of Veterans Affairs
Construction & Facilities Management (CFM)
Attn: Tiffany Rivers
3001 Green Bay Rd Bldg #48 Room 212
North Chicago, IL 60064

NO US MAIL PLEASE


***END***



APPENDIX I PAST PERFORMANCE QUESTIONNAIRE

Contractor
Project

Company Official Providing Performance Evaluation

Phone

Email


A/E s Contracted Delivery Date for Const. Docs

A/E s Actual Const. Docs. Delivery Date

A/E s Design to Amount:

Construction Award Amount:


Part 1 of 2 - Provide a rating of Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, or Unknown for each of the following questions. How would you rate:
Question
E
G
S
M
U
Un
Comments
Contractor s ability to comply with contract requirements?







Contractor s ability to effectively manage the cost of the project?







Contractor s ability to effectively manage the schedule of the project?







Contractor s ability to effectively manage risk on the project?







Contractor s ability to deliver a biddable and buildable design and set of construction documents?







Contractor s ability to manage and coordinate the sub-contractor team?







Contractor s ability to work cooperatively with regulatory and permitting agencies having jurisdiction?







Contractor s responsiveness to addressing Owner s comments and concerns during design.







Contractor s construction administration capabilities?







Your overall satisfaction with the end product?







Your overall satisfaction with the Contractor s performance?









Part 2 of 2 In answering the following questions, please provide insights on how the construction project has progressed over the course of the performance period, Contractor s management approach and capabilities, and compliance with project requirements.

Question
Comment
Is/has the project progressed in a timely manner consistent with the delivery schedule?

Have critical milestones been successfully met? If not, why?

Is/has the project stayed within budget? If not, is it over or under budget and by how much?

Are there any open or anticipated financial actions, such as requests for equitable adjustments or claims?

Has the scope of the project changed over the course of design? If so, were these changes Owner or Contractor initiated?

Did the Contractor present any value engineering proposal(s)? If so, did the Owner accept the proposal(s)?

Was the Contractor cooperative in resolving issues?

Were there any significant risks involved in performance of this effort?

Did the company appear to apply sufficient resources (personnel and facilities) to the effort?

Were there any changes in the Contractor s key personnel over the course of the design? If so, how often and why?

Did subcontractors perform the bulk of the effort or just add depth on particular technical areas?

What are the Company s strong points?

What are the Company s weak points?

Do you have any reservations about recommending a future contract award to this Company?

Do you know of anyone else who might have past performance information on the Company?

Form may be expanded. DO NOT ALTER

Tiffany Rivers
tiffany.rivers2@va.gov

Tiffany.Rivers2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP