Skip to main content

An official website of the United States government

You have 2 new alerts

C219--Topography Services 692-23-103

info alert

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

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: Jan 30, 2025 05:01 pm PST
  • Original Response Date: Mar 04, 2025 12:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: May 03, 2025
  • Initiative:
    • None

Classification

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

Description

This is not a request for proposal; this notice serves to synopsize the following requirement and request Standard Form (SF) 330s from any eligible parties interested in consideration for this requirement. GENERAL INFORMATION The Veterans Health Administration (VHA) Network Contracting Office 20 (NCO 20) is seeking sources and intends to award a firm-fixed-price contract for services to include topographic survey and private utility locate to be used in development of in-house designs for anticipated future construction project(s). The NAICS code for this procurement is 541370, Surveying and Mapping (except Geophysical) Services, which has a small business size standard of $19 million. The contractor will be required to (1) provide private utility locate, (2) provide topographic map that will benchmark and control ;points table, terrain, underground utility locations and property features as well as point data and 1-foot contours, (3) provide the electronic files in AutoCAD compatible format and an ASCII file, and (4) provide hard copies in ANSI D and reduced ANSI C (17x22) by mail to the facility. The work will only cover a set portion of the campus, and a map showing the set area of coverage will be provided as part of a request for price proposal to the highest rated entity. The contractor will be given fourteen (14) calendar days to complete the work from Notice to Proceed. Notice to Proceed will be coordinated within a reasonable period after an award is made between the VA and the awardee, with Notice to Proceed effective no more than ninety (90) calendar days after award. The use of drones or similar unmanned aerial vehicles to conduct the work required by this scope is not an allowable approach to completing the scope of this requirement. VA is utilizing the procedures in FAR subpart 36.6 as supplemented by VAAR subpart 836.6, and VAAM M836.6 pursuant to FAR 36.601-4(a)(4) since, as noted, VA anticipates using the topographic map and data produced by this project for design purposes. SET ASIDE This requirement is 100% set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with an active SAM.gov registration. Self-certification will not be considered for purposes of determining eligibility for consideration under the set-aside. Certification must be done through the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov/. VetCert certification shall be verified at the deadline for receipt of SF330s and, if an award is made, at time awardee is identified. Lack of certified status at one of these two checks will render an entity ineligible for consideration and/or award even if previously certified. Entities submitting a SF330 shall also be required to certify intent to comply with Limitations on Subcontracting for a total SDVOSB set-aside clearly within their submission using the verbiage found in VAAR 852.219-75 (JAN 2023)(DEVIATION). Failure to provide this certification will remove the entity from any further substantial consideration. The limitation for this requirement is that no more than 50% of the amount paid by the Government to the awardee can be paid to subconsultants that are not SDVOSBs per VAAR 852.219-75 (JAN 2023)(DEVIATION). Entities found in violation of this may be termination, proposed for suspension and/or debarment, and/or referred to the Department of Justice. SUBMISSION REQUIREMENTS Interested parties are directed to submit one (1) SF330 Statement of Qualifications by email to Helen.Woods@va.gov. No other points of submission are authorized or will be considered. Submissions not received in the identified inbox by the deadline for receipt of SF330s will not be substantially considered further. It is the responsibility of the entity submitting the SF330 to ensure timely submission to the point of submission, and that the file is not corrupted or otherwise inaccessible to the VA for purposes of evaluation. VA will not access third party websites to obtain the submission. The deadline for receipt of SF330s is March 4, 2025 at 1200 Pacific to Helen.Woods@va.gov Interested parties may obtain a copy of the SF330 here: https://www.gsa.gov/reference/forms/architectengineer-qualifications. The SF330 shall be submitted in one (1) email and no hard copies will be accepted. The submission must include 36C26025R0048 Topography Services Submission in the subject line of the email transmitting the submission and the SF330 attached. The SF330 submission shall be a PDF file format of no more than fifty (50) pages total, including all content the interested party chooses to include. Pages after the fiftieth (50th) page shall not be considered. Interested parties are advised to use a sans-serif font such as Arial or Times New Roman in size 12 points, single spaced and ensure any font colors other than black or dark blue used are clearly visible. All past performance or experience references shall be verified by the submitter as complete and correct; VA will not seek revised information or research to locate it themselves if information provided is not fully complete and accurate. Section B of the SF330 shall include the SAM Unique Entity Identifier, Cage Code, and the primary point of contact s name, email address, and phone number who is authorized to negotiate and/or enter contracts on behalf of the entity. All questions shall be submitted by xx/xx/2025 to Helen.Woods@va.gov with the subject line 36C26025R0048 Topography Services Question by xx/xx/2025 (+15 or closest business day to posting) by 1200 Pacific. Questions will be answered by posting the question and answer to this Contract Opportunities posting by amendment, at latest within a reasonable timeframe based on questions received after the deadline for receipt of questions. SELECTION PROCESS All SF330s received timely to the point of submission will be considered for evaluation unless the SF330 meets one or more of the following exceptions: Is not a certified SDVOSB. Is not registered in SAM.gov. Does not provide certification per VAAR 852.219-75 (JAN 2023) (DEVIATION). Acceptable SF330s will be evaluated using the following criteria, listed in descending order of importance: Criteria 1- Professional Qualifications This criteria will consider the professional qualifications necessary for satisfactory performance of this requirement. Evaluation shall consider specific experience (MINIMUM) and qualifications (license required) of personnel proposed for key roles identified below for this assignment, as well as their longevity with the entity and their track record of working with the team proposed to meet this requirement. A resume shall be provided in Section # of the SF330. Licensed Surveyor Criteria 2- Specialized Experience and Technical Competence This criteria shall consider specialized experience and technical competence in completing topographic surveys and accomplishing private utility locates. Provide complete and accurate information for example projects which best illustrate the proposed team s experience and competencies for this contract. Submissions for each example shall include title, location, and a detailed narrative of the scope of services include the type of work the offeror performed its role in the project, project owner and their contact information (email address and telephone number), services and deliverables provided, period of performance, total dollar value, and the associated contract number (Federal) or other unique identified (private sector). Submission shall include no more than four (4) and no less than two (2) examples of recent and relevant experience in projects with similar complexity. Two (2) must be at least fifty (50) percent complete. Recent is defined as within the past six (6) years; relevant is defined as project completed within the United States its territories or its possessions requiring the same tasks identified as this project, and similar complexity is projects with operational, construction, or design likeness to this project. Criteria 3- Capacity This criterion will evaluate the offeror s plan of approach and ability to meet the fourteen-day period of performance. Offeror shall clearly state their available capacity in a clear manner using workload percentages for the key team members they propose, that is able to be interpreted without further explanation that what is contained in the submission. Criteria 4- Past Performance This criterion will consider the offeror s past performance on contracts with Government agencies and private industry in terms of quality of work, compliance with performance schedule, management, and any other criteria relevant and listed in FAR table 42.1. This criterion will consider examples provided in Section F, Contractor Performance Assessment Rating System (CPARS), and all other reasonable avenues such as contacting parties who have done business with the offeror previously. Criteria 5- Knowledge of the Locality This criterion will examine the offeror s knowledge of location specific conditions and features such as geological, climatic, or similar that may impact the deliverables required by this project. The location project is White City, OR which is in Jackson County. This criterion is intended to be specific and not the location of the offeror from the site, and is intended to be more specific that information readily available by using a mapping or similar application to view aerials. Criteria 6- Commitment to use of SDVOSBs This criteria will consider the extent to which potential contractors identify and commit to the use of SDVOSBs, VOSBs, and other types of small business as subconsultants/subcontractors. The evaluation team will identify at least three (3) of the most highly qualified responses based on the above criteria and request response to a series of discussions questions that will be provided. Response to discussion questions will be due to Helen.Woods@va.gov within five (5) business days of notification. Ms. Woods reserves the right to identified a secondary point of contact to be included on the discussion responses at time questions are set out if determined in the best interest of the Government. The Government reserves the right to determine in its best interest if it will proceed or not with the solicitation if fewer than three responses are received and/or considered highly qualified. The responses to the questions will be evaluated using the same criteria listed above as the SF330s. One response will be identified as highest rated, and asked to provide a price proposal, and will be provided the full terms and conditions for if an award is made. VA reserves the right to provide notices to responses not selected either at this point or after a final award decision is made and reminds interested parties that FAR 15.506(d)(2) through (d)(5) does not apply to this requirement, and no pre-award debriefs will be provided pursuant to FAR 36.607(b). VA anticipates making one (1) award if a fair and reasonable, balanced price can be reached to determine the price is reasonable. VA reserves the right to terminate negotiations with an entity selected as the highest rated at any point during the process if VA determines that the criteria for award will not be reached, and to request a price proposal from the next highest rated entity. VA reserves the right to make no award if the criterion for award is not met at any step during the process.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History