Oklahoma Bids > Bid Detail

C1BG--623-500 Minor Const Upgrade -Muskogee Data Center - Tier 2(VA-22-00050924)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159247638244998
Posted Date: Oct 19, 2022
Due Date: Nov 18, 2022
Solicitation No: 36C77623Q0002
Source: https://sam.gov/opp/64ec1a06d5...
Follow
C1BG--623-500 Minor Const Upgrade -Muskogee Data Center - Tier 2(VA-22-00050924)
Active
Contract Opportunity
Notice ID
36C77623Q0002
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
PCAC HEALTH INFORMATION (36C776)
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 19, 2022 11:49 am EDT
  • Original Response Date: Nov 18, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1BG - ARCHITECT AND ENGINEERING- CONSTRUCTION: ELECTRONIC AND COMMUNICATIONS FACILITIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Jack C montgomery VAMC 1011 Honor Heights Drive Muskogee , OK 74401
    USA
Description


Page 9 of 9
PRESOLICITATION NOTICE
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. 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.

A. GENERAL INFORMATION:
Veterans Health Administration (VHA) Program Contracting Activity Central (PCAC) is seeking sources and intends to award a firm-fixed-price design contract for Architect-Engineering (A-E) services for the development of complete construction documents, which include working drawings, specifications, reports, commissioning, construction period services for a new Data Center addition to include Electrical (electrical panel, lighting, fire alarm, power distribution (normal, emergency, bonding, UPS,) Mechanical (new HVAC with 100% redundancy using chilled water for cooling and DX for backup, controls, interface with building management), Construction of new space of 2025 square feet (site work, utilities, physical security, demo, new construction, installing raised floor, finishes), relocate fiber infrastructure MDA, install diversified path to the datacenter for WAN. Project Building locations include a new building and sitework at the Jack C. Montgomery Veterans Administration Medical Center (VAMC) in Muskogee, Oklahoma.
The A-E Services contract that is anticipated to be awarded and will be procured in accordance with the Selection of Architects and Engineers Statute [formerly known as the Brooks Architect-Engineer Act], Federal Acquisition Regulation Part 36.6 "Architectural and Engineering Services" and VA Acquisition Regulation 836.6. In accordance with FAR 36.209 "Construction Contracts with Architect-Engineer Firms," no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.

B. PROJECT INFORMATION
This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB). The NAICS Code for this procurement is 541330 Engineering Services, and the annual small business size standard is $16.5 Million. This project requires a full design team to complete this project. The projected award date for the anticipated A-E contract is on or before December 2022. The anticipated period of performance for completion of design is 271 calendar days after notice of award. The VAAR Magnitude of Construction is between $10,000,000.00 and $20,000,000.00.
C. A-E SELECTION PROCESS:
Firms submitting SF 330's in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for evaluation. SF330's will be evaluated to determine the highest rated firms. At least three (3) of the highest rated firms in accordance with FAR procedures will then be short listed and invited to continue with the interview process. All firms not short listed will be notified at this time. Discussions will be conducted with the short-listed firms. The top ranked firm will receive the solicitation and VA will conduct negotiations.
D. SELECTION CRITERIA:
Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria.

Specialized Experience: Specialized experience and technical competence in the design of network infrastructure installation, renovations, and/or upgrades to information technology (IT) systems (either as solely IT projects or incorporated into new space/renovation projects). Include specific experience in design for construction in a fully functional hospital. Work shall include networking back bone fiber optics, structured cabling, electrical distribution upgrades, uninterruptable power systems (UPS), electrical bonding, building management systems/building automation systems (BMS/BAS), HVAC, telecommunication room renovations/expansions/relocations, data center reconfiguration, electronic and physical security upgrades, and all such systems and components as may be necessary to achieve project goals. Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation and sustainable design practices. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction. The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards.

Offeror shall provide a Summary Page of its recent and relevant specialized experience and technical competence which is similar in size, scope, and magnitude to this requirement. Relevant is defined as those task requirements identified in the RFQ s Scope of Work. Recent is define as services provided within the past 5 (five) years.

Offeror shall provide a minimum of 2 (two) projects but no more than 4 (four). Each project shall include the following:

Project title, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e., prime contract, Teaming Partner, or subcontractor
Project Owner, owner s point of contact including telephone number and email address.
Services & Deliverables provided under the contract/task order
Period of Performance, including start and completion dates
Total dollar value of the project.

The information provided in section F and G of the SF 330 will be used to evaluate this evaluation factor.

Professional Qualifications: Professional qualifications necessary for satisfactory performance of required service. The architects and engineers on the firm s staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia, or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure.

At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architecture, Mechanical, Electrical, Plumbing, Structural, Civil, Fire Protection, Hazardous Material Abatement/Industrial Hygiene, Physical Security (note must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International), Registered Communications Distribution Designer (RCDD), Cost Estimation, Project Management, Quality Control (shall be completed by a RCDD credentialed individual).

The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm.

Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement:

I [signatory authority]______________________, [company] __________________ certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10.

Information provided in sections C through E of the SF 330 will be used to evaluate this factor

Capacity: Capacity to accomplish work in the required time. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the firm s approach to measuring and managing capacity both prior to and during contract performance to ensure qualified personnel are available to meet the contract requirements.
The Offeror shall provide the percentage of time personnel referenced under professional qualifications will be dedicated toward this project.
The Offeror shall provide the available capacity for personnel listed under professional qualifications (section E). Â
The offeror shall include a draft schedule outlining how they intend to meet the period of performance outlined in the SOW. Draft schedule will not be counted toward the page limitation.Â
The Offeror may include any additional resources that will be dedicated toward this project. Â

The information for this factor shall be provided in Section H of the SF 330. Please ensure the capacity applies towards the team/personnel provided in the SF 330.

Past Performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, management communication and compliance with performance schedules. Include CPARs data for the projects referenced in section F of the SF330. If CPARS data is not available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. CPARs data and PPQs will not be included in the page count. All projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract.

The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date.

Note: We recommend you contact every reference listed and let them know VA may contact them for information. Their timely replies would be appreciated.

Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified.

The information for this factor shall be provided in Section H of the SF 330.

Locality: Knowledge of the locality, to include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms and trades labor availability, and local laws and regulations.

The information for this factor shall be provided in Section H of the SF 330.
Construction Period Services: Experience in construction period services for projects similar in scope, 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.

The information for this factor shall be provided in section H of the SF 330.

Secondary Selection Criterion*: Geographic location: Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and the Jack C. Montgomery VA Medical Center Determination of the mileage will be based on Google Maps http://www.google.com/maps/dir/).

* The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm's SF 330 submission.
(FOR INFORMATIONAL PURPOSES AT THIS TIME, DO NOT INCLUDE WITH YOUR SUMBISSION): In accordance with FAR 36.602-3(c), discussions will be conducted. The highest-ranking firms will be short listed, and discussions will commence. The format and discussion topics will be provided at the time short listed firms are notified.

E. SUBMISSION CRITERIA/REQUIREMENTS:
The below information contains the instructions and format for that shall be followed for the submission of the SF-330 Statement of Qualifications:

Submit ONE (1) SF-330 Statement of Qualifications via email to the Contract Specialist Jeannine Larsen at Jeannine.Larsen@va.gov and the Contracting Officer Samantha Mihaila at Samantha.Mihaila@va.gov. This shall include SF-330 and any applicable attachments.
All Questions shall be directed to both Jeannine.Larsen@va.gov and Samantha.Mihaila@va.gov.

All Responses are due on or before November 18, 2022, at 2:00 PM Eastern Time.

The SF-330 shall be submitted in one email and have a file size shall be no larger than 5 MB. No hard copies will be accepted.

The subject line of the email shall read: "SF-330 Submission; 36C77622Q0002 Jack C. Montgomery VAMC Infrastructure Upgrades 623-500."

The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp).

The page limitation of the SF-330 shall not exceed a total of 35 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF-330 Form will not count as part of the page limitations. CPARs data and Past Performance Questionnaires will not count as part of the page limitation.

All SF-330 submissions must include the following information either on the SF 330 or by accompanying document:

1) Cage Code; 2) Unique Entity Identifier (UEI) Number; 3) Tax ID Number; 4) The E-mail address and Phone number of the Primary Point of Contact; 5) A copy of the firms Vet Biz Registry (The Vet Biz Registry does not count towards the page count).

NOTE: This procurement is 100% set-aside for Service-Disabled Veteran-Owned Small Business concerns. Offers received from other than Service-Disabled Veteran-Owned Small Business concerns will not be considered. All Service-Disabled Veteran-Owned Small Businesses must be listed as verified by the VA s Center for Veterans Enterprises (CVE) (http://www.vetbiz.gov). Offerors must be verified by CVE and visible in the Vendor Information Portal (VIP) database at TIME OF SUBMISSION OF OFFERS. Failure to be BOTH visible and verified at time of SF330 Submission, Interview Presentations, and award will result in the offeror being deemed unacceptable and ineligible for award.

All Joint Ventures must be CVE verified at time of submission and award and submit agreements that comply with 13CFR 125.15 prior to contract award.

SF-330 submissions received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be evaluated. All information must be included in the SF-330 submission package.

It is the offeror s responsibility to check the Contract Opportunities website at:
www.sam.gov for any revisions to this announcement prior to submission of SF-330s.
List of Attachments
Attachment 00 SOW Rev.1
Attachment 01 VHA Required Div. 01 Spec Sections
Attachment 02 VA OEHRM Site Infrastructure Requirements
Attachment 03 HEFP SEP Design Alerts
Attachment 04 Sensitive Infrastructure Data Classification Memo
Attachment 05 01 32 16.01 EHRM A-E CPM Schedules NOA
Attachment 06 PG 18-15 A-E Submission Req Vol C EHRM
Attachment 07 Seasonal Influenza with Vaccines
Attachment 08 VHA Directive 1061
Attachment 09 Campus Map
Attachment 10 Self Assessment Matrix
Attachment 11 VHA COVID 19 Supplemental Contract Requirements 12-14-21
Attachment 12 Building Location for Infrastructure Upgrades
End of Document
Attachments/Links
Contact Information
Contracting Office Address
  • 6150 OAK TREE BLVD SUITE 300
  • INDEPENDENCE , OH 44131
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 19, 2022 11:49 am EDTPresolicitation (Original)

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 >