The RFP Database
New business relationships start here

Project 656-345: Optometry Expansion (Design)


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

1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Pre-Solicitation Notice requesting SF330s for Architect/Engineer (A/E) Design Services for Project Number 656-345: Expand Optometry at the St. Cloud VA Medical Center located in St. Cloud, Minnesota.

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.

2. Mileage Restriction: This procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 500 mile driving distance (within the US) of the St. Cloud VAMC which is located at 4801 Veterans Drive, St. Cloud, MN 56303. The 500 mile restriction will be verified by using the shortest driving distance from the St. Cloud VAMC to a firm s primary or satellite office from which the majority of the design services will be performed. This radius restriction will be calculated using www.googlemaps.com.

3. Description: The St. Cloud VAMC is seeking a professional A/E firm to perform all A/E design services required for the design and delivery of drawings, specifications, costs estimates, related studies, and all associated architectural/engineering services for expansion of optometry. The design work shall be performed and or approved by a registered or licensed architect or engineer in the State of Minnesota.
This project moves and expands the Optometry Clinic in the basement of Building 29 by moving them from the wing of the building to the center and constructing an infill in the rear of the H-shaped building. As a result, Primary Care Administration would move from the Center of building 29, to the wing where Optometry is currently located. To facilitate the move, approximately 2,630sf of Optometry space would be remodeled for Primary Care Administration and 1,550sf Primary Care Administration would be remodeled for Optometry. The infill would increase Optometry Space by an additional 2,650sf to a total of approximately 4,200sf and add an additional approximate 1,000sf for mechanical and support space.

The scope of this project is to develop a design for construction for the site preparation, demolition, remodeling, and construction of a phased project that will include renovations and expansions of the right wing and middle structure basement, and an infill in the rear of Building 29 H-shaped structure illustrated below. This illustration is a tentative concept only. The A/E shall review and propose additional methods.



Background: The right wing of the building is currently been used for optometry services and the middle part of building 29 basement is been used for Primary care Administration. The Minnesota State Historic Preservation Office has identified that all new construction and expansion should preserve the historic environment.

Phasing shall also be designed into the project; including staff occupied space. The design shall address all impact items created by the project and show remediation and a storm water pollution prevention plan (SWPPP).

Phases: At minimum, phasing shall be conducted in three (3) phases. The first construction phase design is the infill addition. The second construction phase design is the south wing of the building currently used by optometry. The third construction phase design is the north wing currently used by administration. Phasing plan is tentative per design evolution. Again, the above proposed phasing is based on our initial concept. The A/E shall design phasing appropriate to the method selected.

The scope of work shall consider design bid deduct alternates to assure that budget requirements are met per the minor program.

Contract Type: Firm-Fixed-Price
Estimated Magnitude of Construction: $2,000,000 and $5,000,000
NAICS Code: 541310
Size Standard: $7.5 Million

4. VetBiz & SAM: all eligible 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.
Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov.
5. Evaluation Factors: selection criteria will be based on the following factors in accordance with FAR 36.602-1 and VAAR 836.602-1:

Professional qualifications necessary for satisfactory performance of required services;

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

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;

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

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

Capacity to accomplish the work in the required time;

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

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.

6. Selection Process: in accordance with FAR 36.6, SF330s will be evaluated and discussions will be held with the three (3) most highly rated firms based on the evaluation board s review. After discussions have concluded, a solicitation will be issued to the highest qualified firm and negotiations shall commence.

All interested firms are reminded that this SDVOSB set-aside has a limit on subcontracting as follows:

In accordance with FAR clause 52.219-14 Limitations on Subcontracting under 52.219-14(c)(1), it states:
By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

Additionally, in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(c), it states:

Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, at least 50% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns.

The other sections of 52.219-14 and 852.219-10 not highlighted above also pertain to this requirement. In accordance with FAR 19.508(e), these clauses are applicable for contracts that are expected to exceed $150,000.

7. Submission Requirements:

Interested and eligible firms should submit their current SF 330 through the VA eCMS Vendor Portal. The SF330s are due on May 12, 2017 at 2:00 PM (CST). Any SF330 received after the fore mentioned deadline may not be evaluated depending on whether or not it will delay the evaluation process and is in the best interest of the government.

Within the eCMS Vendor Portal search for Sources Sought Notice VA263-17-N-0314 to upload your SF330.

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 the Standard Form 330, Architect-Engineer Qualifications, Part I and Part II through the VA eCMS Vendor Portal. The SF 330, 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.

If you do not have access to the VA eCMS Vendor Portal, attached is a Getting Started Guide for Vendors to assist. Also attached is a How to Use the VA eCMS Vendor Portal Guide. Each attachment uploaded to the Vendor Portal is limited to 20MB. There is no limit to the number of attachments submitted.

Acceptable Electronic Formats (Software) for Submission of SF 330 packages:

Files readable using the current Adobe Portable Document Format (PDF);

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

SF 330s 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;

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

In accordance with FAR 36.6, SF330s will be evaluated and discussions with the three (3) most highly rated firms, based on the evaluation board s review, will be held. After discussions have concluded, a solicitation will be issued to the most highly qualified firm and negotiations shall commence.

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.
8. 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 barbara.marlow@va.gov.

9. VA Primary Point of Contact:

- Barbara Marlow, Contract Specialist
- Email: barbara.marlow@va.gov

Barbara Marlow, Contract Specialist
barbara.marlow@va.gov

jason.hardy@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP