The RFP Database
New business relationships start here

VISN17 Architect & Engineering (AE) IDIQ


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

Page 7 of 7
Project: A-E Services Indefinite Delivery, Indefinite Quantity (IDIQ) Contract for all Health Care Systems located within Veterans Integrated Service Network (VISN) 17.
The Department of Veterans Affairs is seeking architecture or architecture/engineering firms capable of the planning and design
Solicitation Number: 36C25719R0011
Restrictions: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside
Contact: David Daniel, (254) 899-6051 or David.Daniel2@va.gov or Camille Dye, (254) 899-6019 or Camille.Dye@va.gov
Issue Date: 30 July 2019
Closing Date: 29 August 2019

1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted at least three or more firms will be selected for negotiations based on demonstrated technical competence and qualifications for the required services. The services will primarily consist of performing and conducting site investigation services, design services (including designing and developing construction working drawings, specifications, and design analysis), construction period services (including supervising and inspecting), field surveys, cost estimates, project budget management services, technical studies, analyses, BIM/CAD services, fire protection engineer services, reports, planning site developments and installations, and preparing technical portions of Request for Proposal (RFP) packages. Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the A-E firm. The ordering agency is the U.S. Department of Veterans Affairs, Veterans Health Administration (VHA), Veterans Integrated Service Network 17 (VISN- 17), Contracting Office.

This solicitation may result in multiple awards. If concurrent multiple awards are made, task orders will be allocated based upon the Contracting Officer s determination of performance, the special qualifications of the firm, the nature of the work involved in the task order, the immediacy of the work, and the availability of the firm. Distribution of the work will be a secondary consideration.

This contract will have a one-year base period and four one-year options for a total IDIQ not to exceed $25,000,000.00 per Contract. No single task order issued against the contract will exceed $3,000,000.00. The contract minimum guarantee amount is $2,000.00. The contract will consist of individually negotiated firm-fixed priced task orders.

The solicitation is a 100% set-aside for SDVOSB firms under NAICS Codes 541310. To be considered for award SDVOSB firms shall be registered and verified in VetBiz.gov prior to solicitation closing date. Any firms that are not registered and verified in VetBiz.gov by solicitation closing date will not be considered for award.

The top ranked firms resulting from evaluation will be sent a Request for Proposal and requested to provide a firm-fixed price proposal for the seed project and labor categories for the base and option years. In the final selection process the most highly qualified firms may be interviewed. Final A-E selection and award of the contract is anticipated for December 2019.

A-E Professional Service rates not covered by the Service Contract Act will be negotiated for each 12-month period (Base and Options) of the contract at the time of the original award; Option Year rates will become effective for the period or performance specified in the Option Year when the option is exercised.

To comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Acquisition Management (SAM) which replaced the Central Contractor Registration (CCR), to be considered for award of a Federal Contract. Information regarding registration can be obtained through the SAM Assistance Center at 1-866-606-8220 or obtained on line at www.sam.gov. The use of DUNS + 4 numbers to identify vendors is limited to identifying different SAM records for the same vendor at the same physical location. For example, a vendor could have two separate bank accounts. If you do not have a DUNS number or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711 or email govt@dnb.com.

NOTE: In order to be eligible for award - Joint Ventures must be verified in the VA VetBiz Vendor Information Pages (VIP) at the time that SF330 s are due to VA.

There is no requirement for the SDVOSB to be the prime contact for the team, however, the SDVOSB must be the Managing Venture of the Joint Venture and have control over all decisions of the Joint Venture. Furthermore, the SDVOSB must earn at least 51% of the profits earned by the joint venture.

In a Joint Venture, more than one SDVOSB can make up 51% of the contract; however, the SDVOSB s must earn at least 51% of the profits earned from the joint venture and must be the managing venture of the joint venture and have control over all decisions of the joint venture.

38 CFR 74.1 defines a Joint Venture as an association of two or more small business concerns to engage in and carry out a single, specific business venture for joint profit, for which purpose they combine their efforts, property, money, skill, or knowledge, but not on a continuing or permanent basis for conducting business generally. For VA contracts, a joint venture must be in the form of a separate legal entity.

For additional information on VA Joint Venture requirements, please visit: http://www.va.gov/osdbu/docs/vapVabJointVentures.pdf.


2. PROJECT INFORMATION: A-E Services will be assigned by Task Orders on the IDIQ contract established as a result of this solicitation. Each task order to be issued will fully describe the project to be accomplished. A-E Services to be utilized by all Health Care Systems located within VISN 17 This includes (North Texas (Dallas, Bonham), Central Texas (Temple, Waco), South Texas (San Antonio, Harlingen, Valley Coastal Bend, Kerrville); Big Spring, TX; Amarillo, TX; and El Paso, TX. The types of projects may include all or part of the following:

Performing and conducting site investigation services, design services (including designing and developing construction working drawings, specifications, and design analysis), construction period services (including supervising and inspecting), field surveys, cost estimates, project budget management services, technical studies, analyses, BIM/CAD services, fire protection engineer services, reports, planning site developments and installations, and preparing technical portions of Request for Proposal (RFP) packages. The A-E shall prepare all design documents in conformation with, but not limited to, the applicable portions of the following: VA Master Construction Specifications, http://www.cfm.va.gov/til/spec.asp , VA Design Guides, Manuals and Alerts, http://www.cfm.va.gov/til/dGuide.asp, http://www.cfm.va.gov/til/dManual.asp
http://www.cfm.va.gov/til/alertDesign.asp, International Building Code (IBC), National Fire Codes published by the National Fire Protection Association (NFPA), Americans with Disabilities Act Accessibility Guidelines (ADAAG), Uniform Federal Accessibility Standards (UFAS), LEED Certification, and Facility Master Plans

3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors.

Professional qualifications necessary for satisfactory performance of required services;
This factor evaluates the individual experience of the persons that are to be assigned to the design team. The firms shall provide information on two or three individuals from each design discipline that are anticipated to be assigned to key positions on the design team. The key positions shall include registered and licensed personnel such as Project Managers, Quality Assurance Managers, Architects, Architectural Engineers, Structural Engineers, Electrical Engineers, Mechanical Engineers, Fire Protection Engineers, Environmental Engineers and Resident Engineering/Construction Management. Firms may submit any other personnel they feel are significant for the types of work described in Specialist Experience.
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;
This factor evaluates the experience of the firm and design team in completing projects requiring skills like those anticipated for this contract. This may include general renovation of medical center space to include architectural changes of walls, ceiling, floors, finishes, masonry, doorways including hardware, plumbing including storm sewer, sanitary, hot and cold water, heating, ventilation, air conditioning (HVAC) to include package units, variable air and constant air volume terminals with reheat, variable frequency drive air handlers, steam and condensate piping, primary and secondary electrical circuits, digital controls, fire protection to include sprinkler systems, central fire and security alarms, audio paging systems, asbestos abatement and all work to return space to finished, functioned condition. Experience designing for facilities of varied climates of Texas, including issues associated with low/high humidity; rain and wind loads. Experience providing CAAD drawings; Designing general construction of new space to include structural work, roofing, exterior walls, site work, site utilities and work stated above. Design of specialty construction may include asphalt paving, elevators, complete key system, large chillers and boiler controls. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities.
Capacity to accomplish the work in the required time;
This factor evaluates the ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. A-E is to provide demonstrated compliance to performance schedules, adherence to timelines for deliverables, the ability to meet unusual time constraints and methods of project management. This factor is reviewed in part by looking to a firm s SF 330 response to Personnel by Discipline , for the quantity of personnel they have in the work disciplines important to the design projects typically acquired by/for the VA. The assumption is that the more personnel a firm has in the work disciplines important to the various design projects, the greater their capacity to accomplish work in the required time. The general workload and staffing capacity of the design office will be evaluated. The firm s ability to response to the needs of the VAMC will be evaluated under this category.
Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;
This factor shall be evaluated based on the information provided by the A-E from previous government agencies and private industries on similar type of projects, performance appraisals on file in the Past Performance Information Retrieval System (PPIRS) and contact with personnel listed in the SF 330 regarding past performance as well as evaluation board members personal knowledge of the firm.
Location in the general geographical area of the project and knowledge of the locality of the project, for the purposes of this requirement the location is restricted to 200 miles of any of the following locations:

San Antonio, TX and Kerrville, TX
Dallas, TX and Bonham, TX
Temple, TX and Waco, TX
Amarillo, TX
El Paso, TX
Big Spring, TX
Corpus Christi, TX

NOTE: Offerors, must indicate on their proposal, which of the above locations they are submitting for.
This factor evaluates the distance of the Prime A-E firm s office to the location of work and evaluates the team s knowledge of the locality, and the A-E firm s response time capability for site visits. A-E Firm must have an office established within the location restrictions to be considered for award.
Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
This factor evaluates the effectiveness of the design team in working together. The SF 330 will be examined for indicators including number of relevant projects the design team has collaborated on.
Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services.
The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors
4. RATING STANDARDS AND DEFINITIONS: The technical evaluation factors will be evaluated on a color basis. Offerors are advised any strengths that are accepted by the government may be incorporated into the contract as the minimum performance requirement.

Deficiency - A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.

Strength - Any aspect of a proposal when judged against a stated evaluation criterion, which enhances the merit of the proposal or increases the probability of successful performance of the contract. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance.

Weakness - A flaw in the proposal that increases the risk of unsuccessful contract performance. A significant weakness in a proposal is a flaw that appreciably increases the risk of unsuccessful contract performance.

Rating Key:

The rating determination matrix will be color coded in the following manner to assist in the evaluation of the pre-selection process:

Rating Key
Rating
Definition
Blue
The Contractor's Qualification Statement (SF 330), Part I (Contract-Specific Qualifications), and Part II (General Qualifications) provides exceptional demonstrated competence and qualifications. (Low risk).
Green
The Contractor's Qualification Statement (SF 330), Part I (Contract-Specific Qualifications), and Part II (General Qualifications) provides good demonstrated competence and qualifications. (Low to moderate risk).
Yellow
The Contractor's Qualification Statement (SF 330), Part I (Contract-Specific Qualifications), and Part II (General Qualifications) provides acceptable demonstrated competence and qualifications. (Moderate to high risk).
Red
The Contractor's Qualification Statement (SF 330), Part I (Contract-Specific Qualifications), and Part II (General Qualifications) provides unacceptable demonstrated competence and qualifications. (High risk).

The overall rating determination matrix will be color coded in the following manner to assist in the evaluation of the pre-selection process:

Rating Key
Rating
Definition
Blue
If Professional Qualifications and Specialized Experience are both blue, and at least three of the remaining six factors are green than the firm shall receive an overall rating of Blue.
Green
If only one of either Professional Qualifications or Specialized Experience is rated blue and the other one is rated as green, and at least three of the remaining six factors are green then the firm receives an overall rating of Green.
Yellow
If one of either Professional Qualifications or Specialized Experience is rated Yellow and the other is rated yellow or better and at least three of the six remaining factors are green then the firm receives an overall rating of Yellow.
Red
If Professional Qualifications, Specialized Experience, Past Performance or Capacity to Accomplish Work in the Required Time is rated red then the firm receives an overall rating of Red.

5. SUBMISSION REQUIREMENTS:

a. Interested firms must submit five (5) hard copies via UPS or FedEx and one (1) electronic copy via email to David.Daniel2@va.gov and Camille.Dye@va.gov. Each hard copy shall contain Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Part I, II, and Subsequent Sections are as defined in the SF 330 Instructions). The SF 330 shall have a page limit of 30 pages, and it shall have a limit of 10 projects illustrating specialized experience. A page is one side of a sheet, 8-1/2 by 11. If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be less than 10 font and margins shall not be less than one inch.

b. Include the firms CAGE code and DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the CAGE and DUNS number for each sub consultant, if available.

c. SF 330, Part I, Section H (Additional Information) shall contain at a minimum the following information:

(1) Item 1 Management Plan Include the information requested in Paragraph 3
above.

(2) Item 2 Capacity to accomplish the work. Reference Paragraph 3 above. Provide a
1-2 page narrative discussing the capacity of the prime firm to meet schedules, including adequacy of qualified personnel and equipment available and past experience in meeting tight schedules.

(3) Item 3 Geographic Proximity: Location of the firm with respect to the geographical
location described.

d. Mailing address for submissions: U.S. Department of Veterans Affairs, 2002 Scott Blvd., Temple TX 76504; Attn: David Daniel, Solicitation 36C25719R0011. Mr. Daniel can be reached at (254) 899-6051 or at David.Daniel2@va.gov, solicitation packages will not be provided. This is not a request for proposal. Submittals must be received no later than 1400 Central Time, August 29, 2019. Personal visits for discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).

Contracting Office Address:
Department of Veterans Affairs
Network Contracting Office 17
2002 Scott Blvd.,
Temple, TX 76504

Place of Performance:
All Health Care Systems within VISN 17. Currently: San Antonio, TX; Kerrville, TX; Corpus Christi, TX; Valley Coastal Bend HCS, TX; Austin, TX; Temple, TX; Waco, TX; Dallas, TX; Bonham, TX; Amarillo, TX; El Paso, TX; Big Spring, TX.

Point of Contract(s)
Camille Dye, (254) 899-6019 or Camille.Dye@va.gov and David Daniel, (254) 899-6019 or David.Daniel2@va.gov

David Daniel

DAVID.DANIEL2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP