Tennessee Bids > Bid Detail

C1DB--614-24-102 AE Renovate Building 1A 3rd Floor to Relocate GI Lab

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159269112714172
Posted Date: Nov 20, 2023
Due Date: Dec 22, 2023
Source: https://sam.gov/opp/80a83aaa92...
Follow
C1DB--614-24-102 AE Renovate Building 1A 3rd Floor to Relocate GI Lab
Active
Contract Opportunity
Notice ID
36C24924R0030
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 20, 2023 12:57 pm CST
  • Original Response Date: Dec 22, 2023 01:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DB - ARCHITECT AND ENGINEERING- CONSTRUCTION: LABORATORIES AND CLINICS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Memphis VA Medical Center Memphis , TN 38104
    USA
Description
INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERANOWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 614-24-102 AE Renovate Building 1A, 3rd Floor, to Relocate GI Lab at the Memphis VA Medical Center in Memphis, Tennessee.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION
PACKAGE WILL BE ISSUED via SAM.gov. A request for proposal will be issued directly to
the most preferred firm for which negotiations will commence in accordance with FAR Subpart
36.6. 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 Subpart 36.6, and VA Acquisition Regulation Subpart 836.6.

DESCRIPTION: The A/E shall provide all necessary architectural and engineering services as required to prepare complete contract drawings, specifications, cost estimates, and construction period services for the project to Relocate GI Lab at the Department of Veterans Affairs Medical Center in Memphis TN.
STATEMENT OF PROJECT OBJECTIVES:

It is the intent of the Department of Veterans Affairs to have the A/E fully survey, investigate, and document the existing space and utility systems to gain the knowledge and insight necessary to prepare quality, accurate documents in a professional and competent manner. The project work includes but is not limited to the following:
This project will relocate the GI Lab on the 3rd floor of Building 1A. The GI Lab would expand from 5,500 to 8,000 gross square feet.

A complete survey of all suspect asbestos containing materials is to be completed. All asbestos containing materials are to be abated if necessary.

Period of Performance: 294 calendar days
Contract Type: Firm-Fixed-Price
The construction budget for this project is $5,742,000
NAICS: 541330 Engineering Services
Small Business Size Standard: $25.5 million

VETCERT & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission
and prior to award of any contract, the offeror must represent to the contracting officer that it is a:
SDVOSB eligible firm;
Small business concern under the North American Industry Classification System
(NAICS) code assigned to the acquisition; and
SDVOSB listed as verified in VETCERT at: https://veterans.certify.sba.gov/.

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.

EVALUATION FACTORS: selection criteria will be based on the following factors, in
descending order of importance, in accordance with FAR 36.602-1:

Professional qualifications necessary for satisfactory performance of required services;
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;
Capacity to accomplish the work in the required time;
Past performance on contracts with Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance schedules;
Record of significant claims against the firm because of improper or incomplete
architectural and engineering services;
Reputation and standing of the firm and its principal officials with respect to professional
performance, general management, and cooperativeness; 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.

PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms.
Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to
clearly demonstrate its qualifications.

Additionally, keep in mind the submission requirement restrictions outlined in #7 below when addressing evaluation factors.

SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the
evaluation board using the evaluation factors identified in this announcement. After SF330s have
been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above
factors may be adjusted after discussions as allowed under FAR 36.602-1, Selection Criteria.
Negotiations will then begin with the most preferred firm.

LIMITS ON SUBCONTRACTING: in accordance with FAR 52.219-14 Limitations on
Subcontracting (e)(1), it states: Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded.

When a contract includes both services and supplies, the 50 percent limitation shall apply only to
the service portion of the contract.

SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:
One (1) electronic pdf copy via email:
Size limitation is 20MB;

The SF330s are due on December 22, 2024 at 1:00PM CDT

Acceptable electronic formats (software) for submission of SF330 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;
SF330s 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.

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.

No Fax or Email Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to
Contracting Officer robert.pritchard2@va.gov.

VA Primary Point of Contact:
- Robert Pritchard
- Contracting Officer
- Email: robert.pritchard2@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 20, 2023 12:57 pm CSTPresolicitation (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 >