Illinois Bids > Bid Detail

C223--Replace Air Handlers in Bldg 1 P/N 657A5-22-103

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159614186686159
Posted Date: Mar 17, 2023
Due Date: Mar 30, 2023
Solicitation No: 36C25523R0086
Source: https://sam.gov/opp/25718fb551...
Follow
C223--Replace Air Handlers in Bldg 1 P/N 657A5-22-103
Active
Contract Opportunity
Notice ID
36C25523R0086
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 17, 2023 12:37 pm CDT
  • Original Published Date: Mar 16, 2023 10:18 pm CDT
  • Updated Date Offers Due: Mar 30, 2023 12:00 pm CDT
  • Original Date Offers Due: Mar 30, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 28, 2023
  • Original Inactive Date: Jun 28, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Product Service Code: C223 - ARCHITECT AND ENGINEERING- GENERAL: MECHANICAL SYSTEMS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Marion VA Medical Center Marion , IL 62959
    USA
Description View Changes
Synopsis: Request for Architectural and Engineer 330 submission
Solicitation: 36C25523R0086, Replace Air Handlers in Building 1, Project No. 657A5-22-103

CONTRACT INFORMATION

This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.

This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAM 836.6 implemented in FAR Subpart 36.6.

This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements.

After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. 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. The contract is anticipated to be awarded no later than May 31, 2023.

Award of any resultant contract is contingent upon the availability of funds.

No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to maria.hoover@va.gov.

Personal visits to discuss this announcement will not be allowed.

The NAICS Code for this procurement is 541330, Engineering Services and the small business size standard of $25.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design of this project is approximately 120 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made.

DATABASE REGISTRATION INFORMATION:
VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, now Veteran Small Business Certification (sba.gov), SHALL BE CONSIDERED.
SYSTEM FOR AWARD MANAGEMENT (SAM.GOV):
Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM.GOV) database at https://sam.gov/content/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM.GOV prior to submitting their qualifications package.

THE EXCLUDED PARTIES LIST SYSTEM (EPLS):
To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/content/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.

E-VERIFY SYSTEM:
Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54)

Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: : http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf format and emailed.

Completed package shall be delivered on or before March 30, 2023, by 12:00PM CT to the following email address: maria.hoover@va.gov.

Email subject line shall clearly identify Solicitation number: 36C25523R0086 and project name Replace Air Handlers in Building 1, Project No.657A5-22-103.
The 330 submissions must be a pdf document and must be below 20 MB.
PROJECT INFORMATION

INTRODUCTION

This project will replace the various air handlers in poor condition in building 1 and their associated servicing equipment as necessary. The Air Handling Units (AHUs) two, three, and five in building 1 will be replaced. These are identified as the second item listed in the Facility Condition Assessment top ten deficiency list. The areas served by the AHU are ICU, the inpatient ward, specialty services, cardiology, same day surgery, chemotherapy, support and administration. The AHUs for the 2A patient ward shall be upgraded to meet design manual requirements also. These are past their useful life and are in poor condition.

EVALUATION FACTORS:

Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VAAM 836.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages.

Qualifications (SF330) submitted by each firm for Project No. 657A5-22-103, Replace Air Handlers in Building 1 will be reviewed and evaluated based on the following evaluation criteria listed below:
Professional Qualifications: the qualifications of the individuals will be examined for experience and education and their record of working together as a team that are necessary for satisfactory performance of required services. The firm and A-E s on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US States. Provide Professional License numbers and/or proof of licensure.

Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required for this project including, medical facilities renovations to existing medical facilities, where appropriate, and VA Safety and Physical Security design. Experience in abatement of hazardous construction materials, energy conservation, pollution prevention, waste reduction and use of recovered materials. Include government and private experience on projects similar in size, scope and complexity as well as experience with project phasing in order to maintain facility operation during construction. Provide at least five, similar projects and how well the proposal addresses technical capabilities in design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, equipment resources, and laboratory requirements for the firm and any proposed subcontractors.

Capacity to Accomplish the Work: the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(d)(1), prime contractors shall clearly state and demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant.

Past Performance on similar project contracts with the Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Performance on past Government contracts as indicated in Federal performance reporting databases is encouraged. Failure to provide requested past performance data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. Past projects provided for reference shall be the work of the office/branch/individual team member proposed to be performing work under this contract.

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 officers within the design community with respect to professional performance, general management and cooperativeness, including awards, merits and recommendation.

Record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services.

The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses.

See Attached Supplement B for this project.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >