Illinois Bids > Bid Detail

C1PZ--657A5-23-114, Construct Campus Perimeter Barrier for Physical Security, 657-23-1-2080-003 (VA-23-00016077)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159672891503096
Posted Date: Nov 22, 2022
Due Date: Nov 28, 2022
Solicitation No: 36C25523R0016
Source: https://sam.gov/opp/a946cfdce9...
Follow
C1PZ--657A5-23-114, Construct Campus Perimeter Barrier for Physical Security, 657-23-1-2080-003 (VA-23-00016077)
Active
Contract Opportunity
Notice ID
36C25523R0016
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: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 22, 2022 01:39 pm CST
  • Original Published Date: Nov 08, 2022 10:46 am CST
  • Updated Response Date: Nov 28, 2022 02:00 pm CST
  • Original Response Date: Nov 23, 2022 02:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 27, 2023
  • Original Inactive Date: Jan 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1PZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Marion VA Medical Center Marion , IL 62959
    USA
Description
Synopsis: Request for Architectural and Engineer (A/E) 330 submission
Solicitation: 36C25523R0016, Construct Campus Perimeter Barrier for Physical Security
Project No. 657A5-23-114,

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 VAAR 836.606-71 as 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.

The selection criteria for this acquisition will be in accordance with FAR 36.602-1, evaluation factors are listed below. The completed SF 330 will be evaluated by the Columbia VAMC Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. Negotiations will be conducted beginning with the most highly qualified firm. 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 January 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 to Jennifer Sotomayor via email to: jennifer.sotomayor@va.gov

Personal visits to discuss this announcement will not be allowed.

The NAICS Code for this procurement is 541310 Architectural Services and the small business size standard of $11.0 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is estimated at 120 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction 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-ASID 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, https://www.vetbiz.va.gov SHALL BE CONSIDERED.
SYSTEM FOR AWARD MANAGEMENT (SAM):
Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at https://sam.gov/ 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 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/ 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 and emailed.

Completed package shall be delivered on or before November 28, by 2:00PM CT to the following email address: jennifer.sotomsyor@va.gov

Email subject line shall clearly identify Solicitation number: 36C25523R0016 and project name Construct Campus Perimeter Barrier for Physical Security Project No. 657A5-23-114.
The 330 submission must be a pdf document and must be below 10 MG.
PROJECT INFORMATION

This project shall construct a perimeter barrier for physical security at the Marion VAMC Campus, 2401 West Main Street, Marion, IL 62959
Currently, there is approximately 6,000 linear feet of 6 foot high chain link fence installed on the western, southern and southeastern perimeters of the Marion VAMC campus. The northern and northwestern boundaries of campus do not possess a barrier of any kind. At present, there is no gate/access control system installed at the primary vehicular access to campus, Commander Drive. A manual swing gate is installed on the secondary vehicular access to campus, Copeland Drive

EVALUATION FACTORS:

Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5.Â
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. SF 330 must be submitted as a PDF and cannot exceed 10MB.

Qualifications (SF330) submitted by each firm for Project No. 657A5-23-114 Construct Campus Perimeter Barrier for Physical Security will be reviewed and evaluated based on the following evaluation criteria listed below:
(1) Professional qualifications necessary for satisfactory performance of required service. 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.
The specific disciplines which will be evaluated are: Architectural, Civil, Structural, and Electrical/IT/Telecom.
(2) Specialized experience and technical competence in the type of work required on this project, including, but not exclusive to, seismic structural analysis and retrofit design, VA safety and physical security design, experience in abatement of hazardous construction materials, energy conservation, pollution prevention and waste reduction.
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 operations during construction. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (This used to be #6, but it fits up here better I think so that it gets a higher priority)
(3) Demonstrated capacity to accomplish work in the required time. 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(c)(1), prime contractors shall clearly 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.
(4) Past Performance: Past performance on similar contracts that are complete (design and construction) that the firm has designed relevant in scope to the advertised project with the Department of Veterans Affairs, other 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. Project past performances that are older than 5 years will receive a lesser score than those references for projects accomplished within the past 5 years.
(5) Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Market research indicates that at least 3 qualified firms exist within a 500 mile radius of the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms LOCATED WITHIN A 500 MILE RADIUS OF THE Marion Veterans Affairs Medical Center (VAMC) in Marion, IL. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business address is within a 500 mile radius from the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959 and resides within the borders of the United States of America will receive a higher score on evaluations.Â
Architectural Prime Contractors whose primary physical business address is outside a 500 mile radius from the Marion VA Medical Center located at 2401 W. Main Street Marion, IL 62959 and resides within the borders of the United States of America will receive a lesser score on evaluations.Â
Architectural Prime Contractors are required to verify the primary physical business address (described above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration. Â
SF 330 submissions from companies located outside the borders of the United States of America shall not be considered. Â
Â
(6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.


Attachments/Links
Contact Information View Changes
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 >