Skip to main content

An official website of the United States government

You have 2 new alerts

C1DA--A/E Bldg 133 Lab Service Renovation 556-23-110 (VA-24-00009483)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Apr 30, 2024 07:31 am CDT
  • Original Response Date: May 27, 2024 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 26, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

This is a Request for SF330s, not a Request for Proposal (RFP). The Department of Veterans Affairs has a need to establish a single award, stand alone, Firm-Fixed Price, Architect/Engineer, contract at the Captain James A. Lovell FHCC, North Chicago, IL 60064. The design services are for Project# 556-23-110 Building 133 Laboratory Renovation, which requires design, specification, and construction period services to enable complete and compliant renovation of Building 133 Pathology and Laboratory Medicine Services spaces, including histology, cytology, microbiology, phlebotomy, and administration areas, and associated utilities supporting these functions. The area of consideration is restricted to firms located within a 250-mile radius of the Captain James A. Lovell FHCC, North Chicago, IL 60064. The North American Industry Classification Code (NAICS) for this procurement is 541310; size standard $12.5 Million applies. Pursuant to Public Law 109-461, this solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. In accordance with VAAR 819.7003(b), at the time of submission of bids, and prior to award of any contracts, the offeror must represent to the contracting officer that it is a; (1) SDVOSB eligible under this subpart; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) Certified SDVOSB listed in the SBA certification database at https://veterans.certify.sba.gov/ (see 13 CFR 128).   Prospective firms are reminded that per VAAR 852.219-73 and by its submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract in the case of a contract for services, the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database. The following evaluation factors will be used to evaluate the qualifications of responding firms: 1) Professional qualifications necessary for satisfactory performance of required services. 2) 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. 3) Capacity to accomplish the work in the required time including; maintaining project schedules, maintaining project budgets, cost control effectiveness, and estimating accuracy. 4) *Past performance on contracts with Government agencies and private industry in terms of quality of work, compliance with design schedule, cost control and management. Include all CPARS reported past performance for Department of Veterans Affairs projects. 5) Location in the general geographical area of the project and knowledge of the locality of the project (250 miles); the address of the prime designer will be a main office of the prime. 6) Record of significant claims against the firm because of improper or incomplete MEP design services. 7) 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; and their record of working together as a team. 8) 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. *Offerors are advised that the Government may use all data provided by the Offeror and data obtained from other sources, including, but not limited to, Government wide databases, relying upon personal business experience with the Offeror, in assigning a rating for past performance. Past Performance information on contracts not listed by the Offeror, or that of planned sub-consultants, may also be evaluated. The Government may contact references provided by the Offeror, as well as any other source it identifies, and information received may be used in the evaluation of the Offeror s Past Performance. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete Past Performance information rests with the Offeror. All SF 330s received by the due date and time will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF 330s 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 SF 330s and discussions, to select the most preferred firm, pursuant to FAR 36.606, from the firms considered to be the most highly qualified and commence negotiations. Additionally, Department of Veterans Affairs Network Contract Office (NCO) 12 may utilize the SF 330 s submitted under 36C25224Q0414 for various smaller design projects in accordance with FAR Part 36.602-5 Short Selection Process for contracts not to exceed the simplified acquisition threshold ($250,000.00). Submission Requirements: One (1) electronic pdf copy via email of the completed Standard Form (SF) 330 no later than 10:00am CDT, Monday, May 30, 2024 (Size limitation is 20.0 MB; multiple emails are acceptable - no CD s or flash drives will be accepted). Acceptable electronic formats (software) for submission of Qualifications: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) Standard letter format 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 text shall be Arial 12-point black, with no less than one-inch margins on all sides. The submission shall be clear, concise and short; (d) Please note that we can no longer accept .zip files due to increasing security concerns. All questions shall be submitted via email and directed to BOTH the Contracting Officer, Stacy Hoover at Stacy.Hoover2@va.gov and Ryan McMillin (Contracting Officer) at Ryan.McMillin@va.gov. Telephone inquiries will not be accepted. No fax or hard copies will be accepted. Electronic copies of SF330 s are to be emailed to: Stacy.Hoover2@va.gov AND Ryan.McMillin@va.gov Subject: 36C25224Q0414 As this is not an RFP (do not submit pricing with SF330 submission), project documents are attached with the intention of sharing project information for purposes of SF330 submission. An RFP will issued IAW FAR Part 36.6.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History