Kansas Bids > Bid Detail

C1QA--589-24-447, CORRECT TUCKPOINT AND WATERSEAL MAIN CAMPUS BUILDINGS (VA-24-00013030)

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159733739699447
Posted Date: Dec 1, 2023
Due Date: Jan 8, 2024
Source: https://sam.gov/opp/c2ec9f1568...
Follow
C1QA--589-24-447, CORRECT TUCKPOINT AND WATERSEAL MAIN CAMPUS BUILDINGS (VA-24-00013030)
Active
Contract Opportunity
Notice ID
36C25524R0025
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 01, 2023 12:45 pm CST
  • Original Response Date: Jan 08, 2024 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1QA - ARCHITECT AND ENGINEERING- CONSTRUCTION: RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Kansas City VA Medical Center Kansas City , 64128
    USA
Description


PRESOLICITATION NOTICE

Request for Architectural and Engineer (A/E) 330 submission
Solicitation: 36C25524R0025
Correct Tuckpoint and Water Seal Main Campus Buildings
Project No. 589-24-447

Project 589-24-447- Correct Tuckpoint and Water Seal Main Campus Buildings

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 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 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 and are listed below. All factors are of equal importance. The completed SF 330 will be evaluated by the Kansas City VA Medical Center Evaluation Board in accordance with FAR 36.602-3 and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. 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 22, 2023.

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 David Sterrett via e-mail to: david.sterrett@va.gov.
Personal visits to discuss this announcement will not be allowed.

The NAICS Code for this procurement is 541310 Architectural Services and small business size standard of $12.5 M. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 192 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.
In accordance with FAR 36.204 and VAAR 836.204, the estimated magnitude of the construction project being designed is anticipated to be between $1,000,000.00, and $2,0000,000.00.

DATABASE REGISTRATION INFORMATION:
VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR. THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS IN COMPLIANCE WITH VAAR 852.219-73 ONLY BUSINESSES VERIFIED AND LISTEDÂ AS CERTIFIED IN THE SBA CERTIFICATION DATABASE ATÂ https://veterans.certify.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 www.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 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.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)
A-E firms are required to respond if interested by submitting one (1) 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 electronically on or before Monday, January 08, 2024 at 2:00 pm Central Standard Time (CST) to the NCO 15 Contracting Office, Attn: David Sterrett, Contracting Officer david.sterrett@va.gov

Email subject line shall clearly identify Solicitation number: 36C25524R0025 and project name Correct Tuckpoint and Water Seal Main Campus Buildings, Project No. 589-24-447
The 330 submissions must be a pdf document and must be below 10 MG and not to exceed (50) pages.

PROJECT INFORMATION
The mission of the Veterans Affairs Kansas City VA Medical Center is to provide the highest quality health care to our nation s veterans. In order to accomplish this mission Kansas City Facility Engineering Service (FES) intends to partner with an Architect/Engineer A/E or Engineer Firm for a design completion for Project 589-24-447- Correct Tuckpoint and Water Seal Main Campus Buildings.
This is a two-phase project, phase one includes site investigation, condition assessment and designing to budget cost. Primary work for this project includes tuck pointing, cleaning, and re-sealing joints. This project will include an investigation by the A/E to determine the conditions of building 1, 15, and 26 deficiencies. An independent masonry inspector, local Kansas City third party firm hired by the A/E design team, is required to perform structural observation and provide quality control assurance. The A/E shall give recommendations prioritizing areas needing significant number of repairs. The A/E shall conduct a hazardous material and asbestos survey to identify any presence of these materials and supply a report and location drawing as part of the 35% design submission. Design services are required:
A. Site Investigation
B. Architectural Design
C. Condition Assessment
D. Construction drawings and specifications
E. Third party construction estimates
F. Third Party Masonry Inspector
G. Construction Period Services
H. Conduct Infection Control Risk Assessment (ICRA) in conjunction with VA Safety/Infection Control staff
EVALUATION FACTORS:
Selection Criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 8-1/2 x 11 in size.
Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. SF 330 must be submitted as a PDF and cannot exceed 10MB.
Qualifications (SF330) submitted by each firm for Project Correct Tuckpoint and Water Seal Main Campus Buildings, Project Number 589-24-447, will be reviewed and evaluated based on the following seven (7) evaluation criteria listed below. All evaluation criteria are considered to be of equal importance.

(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. The Architectural firm capable of preparing all design and construction documentation including, but not limited to advance planning, design, and construction oversite (including final as-built drawings) at the Kansas City VA Medical Center, Kansas City MO. Prime contractor shall have, at least, the following licensed/registered specialty disciplines as members of the firm, or team, with demonstrable expertise in their respective fields: Architect, Structural Engineer, Mechanical Engineer, Fire Protection Engineer, Life Safety Engineer, Plumbing Engineer, Communication (voice & data), Electrical Engineer, and Cost Estimator with experience on projects of similar size and complexity.

(2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Specific experience and technical skill in the type and scope of work for medical renovations to existing medical facilities, including, where applicable, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualification of personnel proposed for assignment and their record of working together as a team. The effectiveness of proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships) will be examined. The qualifications for Architect and Masonry Inspector shall include a summary of at least five similar projects that demonstrate technical capabilities.

(3) CAPACITY TO ACCOMPLISH 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. This factor evaluates ability of the AE firm, given their current projected workload and the availability of their key personnel, to accomplish the design project in the required time. It also requires that all firms submitting a 330 must certify that they can and will comply with VAAR 852.219-75 VA Notice of Limitations on Subcontracting. (See Attachment 1)
The general workload and staffing capacity of the design office will be evaluated as follows:
What are your current staff levels, including consultants, available to accommodate this project while still maintaining ongoing projects/ workload?
Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period
Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates.
Describe how the team is going to meet the strict design deadlines for the proposed project of 192 days.
In accordance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, you must certify that if awarded the contract your firm will comply with the limitations on subcontracting specified in this clause and in the resultant contract. You must complete, sign and submit Attachment 1- VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction document as part of your SF330 package which states the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73. If this certification is not completed and submitted with the SF 330 your package will not be evaluated, will be eliminated from the selection process, and cannot be awarded a contract.

(4) PAST PERFORMANCE: NCO 15 will evaluate past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of construction cost estimating, cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Project past performances that are older than 3 years will receive a lesser rating than those references for projects accomplished within the past 3 years.
Past performance evaluations may also be conducted using information obtained from CPARS or PPIRS and any other sources deemed appropriate by the CO. Other sources may include, but are not limited to, inquiries of owner representative(s), Federal Awardee Performance, and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the Offeror.

(5) LOCATION OF DESIGN FIRM/KNOWLEDGE OF LOCALITY:

This factor evaluates the location of the design firm and their knowledge of the locality of the project.

Location of the Design Firm: This part of the factor will apply to the office from which the prime contractor s business office is established. Firms may use Google Maps, MapQuest, Yahoo Maps, or Rand McNally to determine and report the distance of the office where the Prime Contractor is stablished. Prime contractor shall not use a subcontractor office, consultant office, or any office other than Prime Contractor s physical location established prior to publication of this notice to determine distance to the Kansas City VA Medical Center, located at 4108 Linwood Blvd. Kansas City MO, 64128. Note: You may provide locations of consultants or remote staff for reference if they are going to have a significant role in the project design or construction period services.

Knowledge of Locality: include knowledge of geological features, climatic conditions, or local construction methods that are unusual or unique to Kansas City Missouri or the Kansas City VA Medical Center, Kansas City, Missouri.
Provide projects performed in the Kansas City area that have provided your team with knowledge of the local area. Include brief project summary and completion date for each project.
Provide list of projects performed at the Kansas City VA Medical Center. Include brief project summary and completion date for each.
Provide any other information that supports knowledge of the local area and /or the Kansas City VA Medical Center campus.

(6) CLAIMS AND TERMINATIONS: Provide documentation of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services. They will be examined.
Provide a detailed narrative of relevant projects within the last 5 years that have claims against the organization or have been terminated by the owner. Include the circumstances, cost, and schedule impacts to involved parties, and outcomes of the claims and/or terminations.
Identify lessons learned and steps taken to mitigate processes and procedures for future projects.

(7) REPUTATION IN A-E COMMUNITY: Provide documentation regarding reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Attachment 1

Request for Architectural and Engineer (A/E) 330 submission
Solicitation: 36C25524R0025
Correct Tuckpoint and Water Seal Main Campus Buildings
Project No. 589-24-447

FAR 852.219-75Â VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction
As prescribed in 819.7011(b), insert the following clause:
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION)
(a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that
(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]
(i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.
(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.
(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:
(i) Referral to the VA Suspension and Debarment Committee;
(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and
(iii) Prosecution for violating 18 U.S.C. 1001.
(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its
Attachment 1

Request for Architectural and Engineer (A/E) 330 submission
Solicitation: 36C25524R0025
Correct Tuckpoint and Water Seal Main Campus Buildings
Project No. 589-24-447

compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.
(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.
(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
Certification:
I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee:Â ________________________________________
Printed Title of Signee:Â _________________________________________
Signature:Â ___________________________________________________
Date:Â _____________________
Company Name and Address:Â ______________________________________
________________________________________________________________

(End of clause)
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 01, 2023 12:45 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 >