Mississippi Bids > Bid Detail

C1NB--520-23-2-7080-0002, The Architect Engineer (A/E) to provide services for preparation of design development documents, specifications, working drawings and cost estimates for "New Energy Plant, BXD"

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159971094145330
Posted Date: Dec 8, 2022
Due Date: Jan 10, 2023
Solicitation No: 36C25623R0013
Source: https://sam.gov/opp/abd281df7f...
Follow
C1NB--520-23-2-7080-0002, The Architect Engineer (A/E) to provide services for preparation of design development documents, specifications, working drawings and cost estimates for "New Energy Plant, BXD"
Active
Contract Opportunity
Notice ID
36C25623R0013
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 08, 2022 12:59 pm CST
  • Original Date Offers Due: Jan 10, 2023 03:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1NB - ARCHITECT AND ENGINEERING- CONSTRUCTION: HEATING AND COOLING PLANTS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Department of Veterans Affairs Gulf Coast Veterans Health Care System Biloxi , MS 39531
    USA
Description
A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $22.5M.
a. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current Registration in the System for Award Management (SAM) database at https://www.sam.gov and the Vendor Information Pages database at https://www.vetbiz.va.gov as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/agencies/vets/programs/vets4212. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF330s are submitted shall result in elimination from consideration as a proposed contractor.
b. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a Service-Disabled Veteran-Owned Small Business concern agrees that, in the performance of the contract, it will not pay more than 50 percent of the amount paid by the government to it to firms that are not VIP listed SDVOSBs.
c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71(a) the total cost of the architect or engineer services contracted for shall not exceed 6 percent of the estimated cost of the construction project not including any fees for investigative services, special consultant services that are not normally available in organizations or architects or engineers that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required, costs of reproducing drawings and specifications, travel and per diem allowances, etc. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $20,000,000.00 and $50,000,000.00.
1. SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed.
Factors 1, 2, and 3 are the most important (and are equal) and Factors 4-11 are in Descending Order of Importance:
Professional Qualifications, experience, and technical competence of the firm are necessary for satisfactory performance of required services to include specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm) of personnel proposed for assignment to the project, and their record of working together as a team. Include any joint venture or associations. Provide resumes of key team members. (FAR 36.602-1(a)(1))
Past Performance. Contractor Performance Assessment Report System reports will be pulled for consideration in past performance evaluation. In addition, past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Provide information concerning superior performance ratings on recently (last 5 years from date of qualification submission for this project) completed VA projects (equivalent medical/hospital facility) as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Provide information concerning any claims against the firm because of improper or incomplete architectural and engineering services. (FAR 36.602-1(a)(4))

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. Provide a minimum of five (5) similar projects to include technical capabilities in design quality management procedures, Building Information Modeling, Computer-Aided Design and Drafting, equipment resources, and laboratory requirements for the firm and any proposed subcontractors. In addition, provide information concerning the effectiveness of the proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships). (FAR 36.602-1(a)(2))

Overall Government and Private Industry Project History - Provide general past project history. Provide references. Indicate proposal team members who were involved on these projects. (FAR 36.602-1(a)(6))

Post-award construction 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. (VAAM 836.602-1(6)(iii))

Knowledge of V.A. design standards, technical manuals and specifications. Provide past projects completed with the VA. Provide references. Indicate proposal team members who were involved on these projects. (FAR 36.602-1(a)(6))

Professional capacity of the firm to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. (FAR 36.602-1(a)(6))

Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. (FAR 36.602-1(a)(5))

Estimating Effectiveness. A good comparison of estimate to final bid on at least 10 recent projects. Provide resumes and past performance information for key estimating team members. (FAR 36.602-1(a)(6))

Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (FAR 36.602-1(a)(6))

Identification of, and commit to, the use of Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, and other types of small business as subcontractors. (VAAM 836.602-1(6)(i)(A))
2. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted by email only to Gina Roach at the following email address: Beth.Cook@va.gov
(a) All SF330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25623R0013. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please.
(b) Firms that meet the requirements listed in this announcement are invited to submit an email copy of the completed SF330 including Parts I and II as described herein to the above email address no later than 3:00pm CENTRAL TIME on Tuesday, January 10, 2023. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above so please do not wait until the last minute to submit your SF330 Qualification Packages in the event of a firm s email or internet connectivity issues which are not considered to be excusable delays.
(c) Interested firms shall address each of the eleven (11) Selection Criteria in their SF330s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all eleven (11) Evaluation Factors to fifteen (15) pages total (beyond the SF330s). Any additional Narrative Information past fifteen (15) pages total will not be considered. Failure to provide Narrative Information to support each of the eleven (11) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing.
3. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.

New Energy Plant
Gulf Coast Veterans Health Care System, Biloxi, MS
Project No. 520-22-168
PROJECT BACKGROUND AND DESIGN SCOPE OF WORK

The scope of work for this project shall include the design services for project 520-22-168, New Energy Plant, BXD for the Gulf Coast Veterans Health Care System. The Architect/Engineer contract will include investigative services; schematic design; preparation of design development documents; preparation of construction documents including architectural, structural, electrical, mechanical and any others necessary for complete construction documents, with reviews; cost estimates; reproduction of design documents; construction period services; final inspections; as-built drawings and other necessary items pertaining to CPS and As-Built requirements. This project will be located at the Biloxi VA Medical Center and will construct an appropriately sized facility situated next to the backup generator facility near the center of the campus. This project shall provide the Biloxi VAMC with the required N+1 redundancy for the chilled water system. Potential options to provide this redundancy shall include but are not limited to correcting condenser piping from existing cooling towers to the chilled water system at Building 3.
This project shall install four (4) 1250-ton energy efficient chillers in the new facility. All equipment shall be rated for a salt air environment. New chiller bays shall include sufficient height (20 +) to perform maintenance, a lift system for each chiller, and the ability for future expansion. New chillers shall be mag-bearing and demand flow. New cooling towers shall be energy efficient with legionella control, reduced drift, water savings, etc. The chilled water lines will tie into the existing chilled water loop for a more robust chilled water system. Building shall be designed such that the architectural style is like other campus buildings. The components of this facility (chillers, pumps, cooling towers, VFDs, chemical treatment, fire alarm, etc.) shall be incorporated into the existing automation and monitoring systems in place on campus.
This facility shall contain a microgrid system that provides ride out capability from the loss of utility power to the full start-up of the standby generators. Microgrid system shall be fully integrated with existing standby generators and shall be capable of providing approximately 8 MW for a minimum of 1 minute. In conjunction with the design of the microgrid, opportunities to maximize energy conservation and resiliency of operations shall be considered including but not limited to reducing the overall energy intensity of the campus, minimizing disruption of critical utilities and systems, reducing consumption of resources. Technologies to be considered for resiliency shall include but are not limited to batteries, flywheels, solar, and condensation recovery. Opportunities to reduce energy intensity shall include but are not limited to upgrading building lighting systems to LED, thermal storage for peak shaving and power balancing, and retro-commissioning.
PERIOD OF PERFORMANCE
The delivery date for this contract shall be 365 days from Notice to Proceed. Performance time to include VA review of each submission as identified.
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 08, 2022 12:59 pm CSTCombined Synopsis/Solicitation (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 >