C1DZ--FY25: NRM (PROJ: 516-25-605) AE Replace B100 Generators, Controls, & Fuel Polishing
Page 10 of 10 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 8 TASK ORDER PROPOSAL REQUEST (TOPR) REQUEST FOR QUALIFICATIONS SOLICITATION NO. 36C24824R0155 ISSUE DATE: 8/26/2024 SUBMISSION ... Page 10 of 10 DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 8 TASK ORDER PROPOSAL REQUEST (TOPR) REQUEST FOR QUALIFICATIONS SOLICITATION NO. 36C24824R0155 ISSUE DATE: 8/26/2024 SUBMISSION DUE DATE & TIME: 9/16/2024 at 4:00 PM ET *PLEASE SUBMIT A RESPONSE IF YOUR FIRM INTENDS TOO NOT SUBMIT QUALIFICATIONS FOR THIS REQUIREMENT * PROJECT NUMBER: 516-25-605 PROJECT TITLE: AE Replace Generators, Controls, & Fuel Polishing LOCATION: C.W. Bill Young VA Medical Center, Bay Pines, Florida INTRODUCTION: This document contains basic information and minimal requirement guidance for a VISN 8 professional architectural and engineering services requirement that is competed within the pool of VISN 8 AE MATOC firms. The Government intends to award based on the evaluation of submitted qualifications and answers to attached interview/discussion questions. The submitted interview/discussion answers will only be evaluated on the firms that are determined to be most highly qualified for this requirement based on a Technical Evaluation of the firm s submitted qualifications. Firms may reference specific information in their lead contract s SF 330s in this project qualification submission. PROJECT SUMMARY: Provide professional services, equipment, labor materials, supervision, tools, testing, and specialty services to perform design services for Project Number/Title 516-25-605 AE Replace Generators, Controls, & Fuel Polishing at the C.W. Bill Young VA Medical Center, located at Bay Pines, Florida, 33744. The A/E consultant shall furnish all necessary professional services, equipment, labor materials, supervision, tools, testing, and specialty services (i.e., Industrial Hygienist, Asbestos Contractor, TAB Contractor, Commissioning, etc.) to provide evaluation, design, construction documents, and construction/post construction period services for Project 516-25-605 Replace Building 100 Generators, Controls and Fuel Polishing . The project involves replacing the existing 600 kW main facility emergency generators and their associated diesel fuel day tanks, controls, batteries, chargers, feeders, and controls in building 100, including the replacement of the existing paralleling switchgear and the diesel fuel polishing system. The design shall conform to all applicable VA Design Manuals, VA Master Construction Specifications, ASHRAE, NFPA, NEC, latest editions, among other applicable standards. A/E shall refer to the Technical Information Library (TIL) at Technical Information Library (TIL) - Office of Construction & Facilities Management (va.gov). The awarded contractor shall provide all materials, labor, tools, equipment, transportation, contractor quality control (CQC), supervision, project management, administrative support, and specialized expertise to perform the work outlined in the SOW/SOT (see attached to this TOPR/Request for Qualifications). OFFICE ISSUING THIS REQUEST: Department of Veterans Affairs-VHA-SAO East Network Contracting Office (NCO) 8 Construction Team PRIMARY POINT OF CONTACT: Patara McDonald EMAIL: CO: cynda.rosa@va.gov CS: patara.mcdonald@va.gov GENERAL INFORMATION: MAGNITUDE OF CONSTRUCTION: Between $5 Million and $10 Million SITE VISIT: An organized site may be scheduled if requested by the most highly qualified firm. CONTRACT CLAUSES: All general conditions, special provisions and contract procedures included in the respective lead VISN 8 AE MATOC are applicable to this requirement. When a lower price has been established or ordering requirements have been modified by the Task Order, those modified terms will apply to the order made pursuant to it and take precedence over the contract. Any unique terms and conditions of an order issued under the contract that are not a part of the applicable IDIQ will govern. In the event of an inconsistency between the terms and conditions of a Task Order and the Contractor's IDIQ, other than those identified above, the terms of the IDIQ will take precedence. STATEMENTS OF WORK/STATE OF TASKS: All applicable statements of work/tasks, drawings and other associated documents/attachments will be provided. No hard copies will be made available to proposing contractors. SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS VERIFICATION: Task orders are 100% set aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The award of this requirement shall not be delayed due to loss of SDVOSB certification. Proposals submitted by non-certified AE MATOC SDVOSBs shall be excluded from award consideration. SDVOSB AND SAM REGISTRATION: The CO/CS will confirm the SDVOSB status three (3) times prior to award. The Government will review VET CERT to confirm SDVOSB status when qualifications are submitted, when pricing is submitted by the most highly qualified firm, and prior to award. Firms must be certified SDVOSBs who are a small business for NAICS 541330. Additionally, firms shall be registered in SAM to receive award. LIMITATIONS ON SUBCONTRACTING: (Reference 13 CFR 125.6 for further information): By submission of an offer and execution of a task order, the Offeror agrees that in performance of the task order, the concern and those subcontractors that are similarly situated, will perform at least fifty (50) percent of the cost of the task order, not including the cost of materials. CONSTRUCTION PROJECTS: In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. TASK ORDER PERFORMANCE PERIOD: 224 calendar days after issuance of award (or issuance of a notice to proceed) that is performed in concurrent or sequential phases as indicated in the SOW or SOT. BASIS FOR AWARD: After the most qualified firm for the subject Task Order is identified, that firm will be provided an RFP and due date. The most highly qualified firm shall submit pricing on a VA Form 6298, and negotiations with that firm may commence. If negotiations with the most highly qualified firm are not successful, discussions with that firm will be terminated, and an RFP will be sent to the next (2nd) most highly qualified firm. This process will continue until an award is made or the solicitation is cancelled. QUALIFICATION PREPARATION AND EVALUATION INFORMATION: PROPOSAL PREPARATION INSTRUCTIONS: To assure timely and equitable evaluation of qualification submissions, offerors must follow the instructions contained herein. For qualification submissions to receive full consideration for selection as most qualified, offerors should ensure that the information furnished in support of the proposal is factual, accurate, complete, and directly responds to the requirements of this TOPR. Each submission in response to this request shall consist of the following: Qualifications Submission. Submission is limited to no more than six (6) pages excluding questionnaires, CPARs, answers to discussion/interview questions and the cover page. All pages beyond the limit will not be evaluated. Font size shall be no less than 10 pitch and must be clearly legible. Interview/Discussion Question Answers: Answers to discussion/interview questions will be limited to five (5) pages. Interview questions will be evaluated for all firms determined qualified for the requirement as evaluated by the Technical Evaluation Board. EVALUATION OF QUALIFICATION SUBMISSION: The selection of the most highly qualified firm for this task order is based on your firm s submissions in response to this pre-selection request and how it is interpreted by the evaluation team. The technical evaluation board may reference the SF 330s of the lead contract, but this submission must provide the information necessary for the evaluation team to determine your firm s qualifications for this requirement. It is incumbent on the firms to articulate their understanding of the SOW/SOT in this submission. Firms must clearly identify the personnel to be used during performance of this project, their specific qualifications, their capacity to perform work, experience in completing this type of project and past performance information on similar projects. Selection and evaluations shall be conducted using a two-step evaluation process, pre-selection evaluation of qualification submissions, and selection after evaluation of discussion/interview questions. Each Qualification Submission shall be evaluated using the criteria listed below. FACTOR/CRITERIA/ELEMENT ****Factors are in order of importance**** FACTOR 1 PROFESSIONAL QUALIFICATIONS Professional qualifications and credentials are necessary for satisfactory performance of the required services (e.g., A/E firm and sub-consultants registration with State and Professional State License, Commissioning Agent, etc.). Specific experiences, qualifications, and registration of the assigned personnel proposed to the project and their record of working together as a team. Also, examples of QA/QC programs and execution. If any personnel are being added to the team that are not on the base IDIQ, please provide their resume (two-page limit per resume) and why they are being added to the team. Adding new personnel on a task order is discouraged and may be rated less favorably. SOT requires a minimum of 5-years experience. Provide experience working together as a team for proposed for assignment on this project. Submit the types and number of projects the firms (or design team members) have worked on together. FACTOR 2 SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in developing and designing Emergency Generators and Fuel Polishing Systems in compliance with the VA Physical Security Design and Resiliency Guide and the Mission Critical Facility Manual for this project. The A/E to provide a narrative (3 pages) describing previous experience in the design of Facility Electrical Power Distribution Systems within Medical Facilities. Include three (3) but no more than five (5) Government and/or private experience projects that best illustrate the proposed team s specialized experience in work of similar size, scope, and complexity with at least 95% of the construction completed. Applicable projects over five years from completion of the date of Qualification Submission may evaluated less favorably. The A/E shall have experience in Architecture & Structural Analysis, Electrical & Emergency Power Distribution, Heating/ Ventilation/Air-Conditioning, and Power Generation Fuel Delivery System designs. The A/E shall have experience with defining confined space (fuel tanks) requirements and certification for construction and working in a confined space environment. All projects provided in the Qualification Submission must involve some effort or contribution from a firm, office, branch, or individual team member proposed to perform work for this solicitation. The Offeror must provide a record of the key personnel working together as a team by listing example projects. Please present it as a table. FACTOR 3 - SCHEDULE AND CAPACITY Describe your capacity, approach, and ability to meet the proposed schedule. The A/E must certify that it will meet the 224-calendar day period of performance (negotiable). Also, Provide all services requested in the SOT. Describe the capacity of the Key Personnel and significant subcontractors. Include all the professionals performing this project. Describe Team coordination for the Pre-Commissioning, Site Investigation, Design Development, Construction Documents, RFP Document Submissions, Construction Period Services, Commissioning, and Warranty Period Commissioning. FACTOR 4 RELEVANT PAST PERFORMACE Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (Firms with previous VA experience may receive a Better Rating). Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Submit client references for the same or similar requirements as listed in Factor #2 completed within five years of issuance of TOPR. The Government also reserves the right to evaluate past performance on previously awarded task orders and other information that may be available. CONTRACTOR PERFORMANCE QUESTIONNAIRE 36C24824R0155 Note: If a CPAR is not available, each contractor will send this questionnaire to the individual who will provide Past Performance information for relevant projects. The individual completing the questionnaire may send the form directly to the Contracting Specialist or to the Contractor for submission. The prime firm will fill out Section A The past performance evaluator fills out Section B including the performance elements. The prime firm emails the completed form(s) to the Contracting Specialist or requests the past performance evaluator to send directly. The below-named contractor is participating on a Task Order for VISN 8 architectural and engineering professional services. Please return the completed questionnaire to the following Email address: patara.mcdonald@va.gov or to the contractor for submissions. CONTRACTOR PERFORMANCE QUESTIONNAIRE SECTION A - CONTRACT INFORMATION (TO BE COMPLETED BY A/E FIRM) A/E Firm s Name: A/E Address: Point of Contact Name: POC Phone Number: POC Email: Work Performed as: Prime Contractor Sub Contractor Joint Venture Other (Explain) Percent of project work performed: If subcontractor, who was the prime (Name/Phone #): Contract Location: Contract Title: Contract Number: Delivery/Task Order Number (if applicable): Period of Performance: Dollar Amount of Contract: $ SERVICES PERFORMED: SECTION B - CLIENT INFORMATION (TO BE COMPLETED BY CLIENT) Company Name: Phone Number (Including area code): POC Name and Title: Email Address: RATE EACH PERFOMANCE ELEMENT LISTED BELOW (1 THROUGH 4), BY CHECKING THE APPROPRIATE NUMBER THAT BEST REFLECTS YOUR EVALUATION OF THE CONTRACTOR'S PERFORMANCE. 5 = EXCEPTIONAL, 4 = VERY GOOD, 3 = SATISFACTORY, 2 = MARGINAL, 1 = UNSATISFACTORY 1. Contractor provides, or provided, the required Professional A&E Services in accordance with the requirements (quality, quantity, timeliness) of the contract? 5 4 3 2 1 2. Does the Contractor provide design documents and specifications that are accurate? 5 4 3 2 1 3. Does the Contractor provide accurate invoices and timely? 5 4 3 2 1 4. Based on the contractor s performance of this contract, provide a rating of the contractor s overall performance. 5 4 3 2 1 In addition to the rating, provide any additional comments/observations not specifically addressed in the performance elements: Date Questionnaire was completed (mm/dd/yyyy): Client's Signature: Client s Print Name: The following AE interview questions evaluation criteria are provided, in order of most importance, and will also be used in the evaluation of the AE firms: Provide one or more experiences (no more than five experiences) that required your technical assistance to resolve a problem during the construction of emergency and essential electrical power distribution systems, power generation fuel delivery systems. Explain any use of software simulation. Considering the critical systems in a healthcare facility, what was the most difficult condition to overcome for emergency power supply, essential electrical branch, and/or fuel polishing design? What are your experiences with design reviews from the Healthcare Environment Facilities Program (HEFP) level? NOTE: Your Pre-Quals followed by your AE Interview Answers and Questions should be pdf d into one (1) file in its entirety and submitted in Vendor Portal or emailed directly to the Contracting Activity upon its required due date and time.
Data sourced from SAM.gov.
View Official Posting »