Nevada Bids > Bid Detail

C1DA--Call for SF 330 - Design Dental Vacuum Pipe Replacement

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159940104188984
Posted Date: May 23, 2023
Due Date: Jun 26, 2023
Solicitation No: 36C26123R0074
Source: https://sam.gov/opp/ef05f09ae6...
Follow
C1DA--Call for SF 330 - Design Dental Vacuum Pipe Replacement
Active
Contract Opportunity
Notice ID
36C26123R0074
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
261-NETWORK CONTRACT OFFICE 21 (36C261)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 23, 2023 01:03 pm PDT
  • Original Response Date: Jun 26, 2023 02:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 03, 2023
  • 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:
    North Las Vegas VA Medical Center North Las Vegas , NV 89086
    USA
Description


Call for SF 330s. Please read the entire document.
The Department of Veterans Affairs Southern Nevada Health System (VASNHS) is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project 593-22-103, Design Dental Vacuum Pipe Replacement. The project will be located at located at VA Southern Nevada Healthcare System (VASNHS) 6900 N. Pecos Rd., North Las Vegas, NV 89086.
I. DESCRIPTION OF REQUIREMENT
A. VASNHS requires the services of a qualified architect and engineer (A/E) to provide design services for the Vacuum Pipe Replacement in Las Vegas, NV. The A/E shall provide investigative and professional services to correct piping deficiencies as required by the Statement of Work (SOW) to produce contract documents for schematic design, design development, construction documents, specifications, and cost estimates. A/E shall also provide construction period services during construction of the new piping.

The A/E is required to meet all applicable laws and regulation not explicitly stated in this document. Design efforts and products shall be conducted and produced in compliance with VA Publications including Master Construction Specifications, Design Guides, and CAD Standards (http://www.cfm.va.gov/TIL ).
B. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm and the lead designer in each discipline must be registered but neither need to be registered in Nevada. The disciplines required may include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Protection, Construction Cost Estimating, Signage/Wayfinding, Landscaping and Geotechnical. Include any additional disciplines that may be necessary on the SF 330.
C. SF 330 Part 1F Example Projects; present all relevant VA projects first. Include in block 21 the contract number for all federal projects. Do not include the CPARS reports for federal projects.
D. The range of the estimated construction cost is between $1,000,000 and $2,000,000.
E. Estimated Date of Award of the Design Contract: By September 15, 2023
F. Estimated design period of performance: one hundred seventy (170) calendar days
II. SET-ASIDE
This procurement is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-Disabled Veteran-Owned Small Business (SDVOSB) under the Veterans First Contracting program has the same meaning as Service-Disabled Veteran-Owned Small Business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov/ in addition to meeting the small business size standard for NAICS 541310 ($11M) to be eligible for award under the Veterans First Contracting Program.

All SDVOSB firms that submit Standard Form (SF) 330s must be listed in VetCert as a verified to be considered for this procurement. Offers from non-verified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VetCert at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services.

In part 1C of SF 330, indicate in block 11 the socio-economic status of that firm (SDVOSB/VOSB/WOSB, etc)
III. SELECTION CRITERIA
A. Selection of firms for interviews and negotiations shall be based on an evaluation of the submitted SF 330s on the basis of the selection criteria listed below in a descending order of precedence. SF-330 s, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved.
B. Selection Criteria descriptions are provided below.
i. Professional Qualifications Necessary for Satisfactory Performance of Required Services: Professional qualifications of the Project Manager(s), Designers of Record, and the proposed team. This will include the record of the proposed team have working together. Note: The lead designer in each discipline must be registered but does not have to be registered in Nevada.
ii. Specialized Experience and Technical Competence: Specialized experience and technical competence required for this specific project, including, where appropriate, experience in construction/renovation of clinics or hospital space. The effectiveness of the proposed project team, including management structure, and coordination of disciplines.
iii. Capacity: This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time.
a. The general workload and staffing capacity of the design office will be evaluated.
b. In section H of the SF 330, list the current projects with a design fee of greater than $100,000 being designed in the prime firm s office.
c. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the estimated contract performance period.
iv. Past Performance: Past performance on recent (within 5 years of the due date of SF 330s) contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and record of significant claims against the firm. Where there is no record of past performance, the proposal will be rated as neutral. See I.C. above do not include CPARS reports.
v. Geographical location and knowledge of the locality of the project: The physical location of the prime firm s office as well as their familiarity of the building codes, environmental regulations, soil conditions, local construction methods/environment, and seismic requirements within the Las Vegas Nevada area.
vi. 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 shall be included as an evaluation criterion when construction period services is included in the statement of work for A/E services.
vii. 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.
IV. SUBMISSION REQUIREMENTS:
A. No more than forty (40) pages
B. Font size no smaller than 10
C. Size of emails not to exceed 10 MB. If more than one email is sent, number emails in subject line as 1 of 2, 2 of 2.
D. Completed VAAR 852.219-75 VA Notice of limitation on Subcontracting Certificate of Compliance for Services and Construction (attached)
E. Subject line of the email shall state Company Name | Response to 36C26123R0074 | email 1 of 2 (if necessary)
F. In the body of the email include Prime Company Name; UEI Number, email address and phone number of primary point of contact
V. DUE DATE FOR SF 330
Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF 330 by 2 P.M. PST June 26, 2023 via email to Carla Groves, carla.groves@va.gov, and Contracting Officer Mandy Thompson, at mandy.thompson2@va.gov. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 10535 HOSPITAL WAY
  • MATHER , CA 95655
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 23, 2023 01:03 pm PDTPresolicitation (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 >