Skip to main content

An official website of the United States government

You have 2 new alerts

C1DA--A/E Design, Demolish Buildings Chillicothe VA Medical Center

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)
  • Original Published Date: Jun 27, 2022 03:25 pm EDT
  • Original Response Date: Jul 26, 2022 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 24, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Department of Veterans Affairs Chillicothe VA Medical Center Chillicothe , OH 45601
    USA

Description

Page 6 of 6 1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED 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 538-21-100, A/E Design Demolish Buildings 2, 4, 5, 6, 8, 12, 13, 14, 205, 206, 207 & 250 at the Chillicothe VA Medical Center, 17273 State Route 104, Chillicothe, Ohio 45601. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. 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. 2. DESCRIPTION: The Architect/Engineer (A/E) shall provide all services required to prepare and furnish complete construction documents as required for the accomplishment of project number 538-21-100, titled Demolish Buildings 2, 4, 5, 6, 8, 12, 13, 14, 205, 206, 207 & 250 at VAMC, Chillicothe Ohio. The A/E shall provide the VA Medical Center with technical services during the design, bidding process, construction, and post- construction phases of this project as described in this scope of work. Period of Performance: 265 Calendar Days after Contractor s receipt of Notice to Proceed Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: Between $1,000,000 and $5,000,000 (See FAR 36.204) NAICS Code: 541310 Size Standard: $8 Million 3. VETBIZ & 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 (a) SDVOSB eligible firm; (b) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (c) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.va.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. 4. EVALUATION CRITERIA: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Experience and Technical Competence (20% weighting) Professional Qualifications (15% weighting) Capacity (15% weighting) Past Performance (20% weighting) Geographic Location (10% weighting) Claims against Firm (10% weighting) Other, Use of SDVOSB/VOSB subcontractors (10% weighting) 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 IA 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. 5. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 6. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy via e-mail: a. See attachments for procedures (i.e., eCMS Getting Started Guide for Vendors & eCMS Vendors_Guide_v4_2); b. Size limitation is 20MB; The SF330s are due on Tuesday, 26 July 2022, at 4PM EST. Acceptable electronic formats (software) for submission of SF330 packages: (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) 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; (d) 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. 7. No Fax or Telephonic Responses will be accepted: Personal visits or telephone calls for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Angie.Carpenter@va.gov. 8. VA Primary Point of Contact: - Angie Carpenter - Contract Specialist - Email: angie.carpenter@va.gov

Contact Information

Contracting Office Address

  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Oct 24, 2022 11:56 pm EDTPresolicitation (Original)