Missouri Bids > Bid Detail

C211--Create Electric Cart Charging Area, Building 53, 657-21-112JB

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159712449217473
Posted Date: Dec 20, 2023
Due Date: Jan 26, 2024
Source: https://sam.gov/opp/5d19130778...
Follow
C211--Create Electric Cart Charging Area, Building 53, 657-21-112JB
Active
Contract Opportunity
Notice ID
36C25524R0038
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
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: Dec 20, 2023 01:16 pm CST
  • Original Response Date: Jan 26, 2024 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Jefferson Barracks VAMC Saint Louis , MO 63125
    USA
Description
Synopsis: Request for Architectural and Engineer (A/E) 330 submission
Solicitation: 36C25524R0038, Create Electric Charging Area in Building 53.
Project No. 657-21-112JB
CONTRACT INFORMATION
This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.
This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-71 as implemented in FAR Subpart 36.6.
This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements.
The selection criteria for this acquisition will be in accordance with FAR 36.602-1, evaluation factors are listed below. The completed SF 330s will be evaluated by the Jefferson Barracks VAMC Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. Negotiations will be conducted beginning with the most highly qualified firm. 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.
The contract is anticipated to be awarded no later than March 15, 2024.
Award of any resultant contract is contingent upon the availability of funds.
No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted to James Petrik via email to: james.petrik@va.gov and Jenna Sotomayor via e-mail to: jennifer.sotomayor@va.gov.
Personal visits to discuss this announcement will not be allowed.
The NAICS Code for this procurement is 541330 Engineering Services and the small business size standard of $22.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is estimated at 180 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction services if award of a construction project contract is made.
DATABASE REGISTRATION INFORMATION:
VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS A/E FIRMS INCOMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VETCERT INFORMATION PAGES DATABASE, https://www.sba.gov SHALL BE CONSIDERED.
SYSTEM FOR AWARD MANAGEMENT (SAM):
Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at https://sam.gov/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package.
THE EXCLUDED PARTIES LIST SYSTEM (EPLS):
To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities.
E-VERIFY SYSTEM:
Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54)
Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf and emailed.
Completed package shall be delivered on or before January 26, by 2:00PM CT to the following email address: james.petrik@va.gov and jennifer.sotomayor@va.gov.
Email subject line shall clearly identify Solicitation number: 36C25524R0038, and project name Create Electric Charging Area in Building 53 Project No. 657-21-112JB
The 330 submissions must be a pdf document and must be below 10 MG.
PROJECT INFORMATION
This project will create an electric cart charging area within the existing locker room space in the basement of Building 53. It will reconfigure the space, abate any hazardous materials, and replace various aged MEP components, plumbing, and electrical fixtures. Reconfigure space at Jefferson Barracks building 53 basement area rooms GS14, GS15, GS16, GS16A, GS17, and GS18 to accommodate a locker area for approximately 50 lockers separate men s and women s toilet, sink, changing area, and shower area per bathroom, and a charging/storage area for approximately 6 electrical carts of varying design with a fire rated roll up door Project shall meet all required code standards. Cart charging/storage area shall meet Occupational Safety and Health Administration (OSHA) standard, 29 CFR 1910.178(g), battery charging areas should be adequately ventilated to disperse fumes. Such areas should also be equipped to flush and neutralize spilled electrolytes, with fire protection equipment, and to protect the charging apparatus from damage (29 CFR 1910.178(g)(2)). Design should take in precautions to prohibit open flames, sparks, or electric arcs in the battery charging areas, and provide good ventilation so that the gases do not concentrate. Area should have enough space for electrical cart turnaround within the space. An appropriate eyewash/shower station with a 15-minute continuous flow must be provided near battery charging units. Such stations should be close to the battery charging area, within a walking distance of 10 seconds or less. The eyewash/shower station should be in a well-lit area, unobstructed, and marked with conspicuous signage. Project will also add video camera to cart charging area.

EVALUATION FACTORS:

Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF 330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages exclusive of table of contents, title page, and divider pages. Each side of a piece of paper is considered to be one page (i.e., Two pages to a single sheet of paper). Blank pages are not included in the count.

SF330 submission packages which exceed 50 pages will be considered non-responsive and shall be excluded from further consideration. The only exclusions to the 50-page limit as listed in the request for SF330 are: table of contents, title page, and divider pages. Title page shall not exceed more than one (1) page. Table of contents shall only contain the information necessary to define the contents of the document. Divider pages may contain a maximum of one (1) line of description. Responses must reference 36C25524R0038 and Project 657-21-112JB FCA Create Electric Charging Area in Building 53.

Prospective firms are required to address all selection criteria within submitted SF 330 packages and the information contained herein.

Qualifications (SF330) submitted by each firm for 657-21-112JB FCA Create Electric
Charging Area in Building 53 will be reviewed and evaluated based on the following evaluation criteria listed below:

1. Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. AE firms shall have professional architects, engineers, and consultants who are licensed in the United States of America. License information must be provided. The specific disciplines which will be evaluated are:
Supervisor, Architectural, Mechanical, Electrical, Plumbing (Including Fire Protection), Structural, Physical Security Specialist and a VPIH.
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; in accordance with VHA directive 1231(2) and VHA handbook 1160.1 and all related requirements. Additionally, experience with renovations and new construction at existing medical facilities, to including experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

3. Capacity to Accomplish the Work: The general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant.

4. Past performance: the past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Point of Contact information must be provided so past performance can be verified. Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years.

5. Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Market research indicates that at least 3 qualified firms exist within a 500-mile radius of the St. Louis Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks Rd, Saint Louis, MO 63125. Architectural Prime Contractors whose physical business address is within a 500-mile radius from the St. Louis Jefferson Barracks VA Medical Center located at1 Jefferson Barracks Rd, Saint Louis, MO 63125 and resides within the borders of the United States of America will receive a higher score on evaluations.Â
Note: Architectural Prime Contractors whose physical business address is outside a 500-mile radius from the St. Louis Jefferson Barracks VA Medical Center located at 1 Jefferson Barracks Rd, Saint Louis, MO 63125 and resides within the borders of the United States of America will receive a lesser score on evaluations.Â
Architectural Prime Contractors are required to verify the physical business address (described above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration. Â
SF 330 submissions from companies located outside the borders of the United States of America shall not be considered. Â

6. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 20, 2023 01:16 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 >