Rhode Island Bids > Bid Detail

Repair and Repoint Bridge and Stone Walls

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159394588458296
Posted Date: Aug 29, 2023
Due Date: Sep 19, 2023
Solicitation No: 36C24123R0167
Source: https://sam.gov/opp/358c3b30d8...
Follow
Repair and Repoint Bridge and Stone Walls
Active
Contract Opportunity
Notice ID
36C24123R0167
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 29, 2023 12:30 pm EDT
  • Original Published Date: Aug 29, 2023 12:02 pm EDT
  • Updated Response Date: Sep 19, 2023 12:00 pm EDT
  • Original Response Date: Sep 19, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 18, 2023
  • Original Inactive Date: Dec 18, 2023
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Updated Set Aside: Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
  • Product Service Code: C220 - ARCHITECT AND ENGINEERING- GENERAL: STRUCTURAL ENGINEERING
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Providence , RI 02908
    USA
Description View Changes

SPECIAL NOTICE: REQUEST FOR QUALIFICATIONS, SF330





NAICS Code: 541330 – Engineering Services (Small Business size standard $25.5 million dollars)





Set-Aside: This project will be a Veteran-Owned Small Business (VOSB) Set-Aside.





This is not a Request for Proposal (RFP): The VA is not currently requesting cost or pricing information.






  1. INTRODUCTION:



The VA Medical Center (VAMC) located at Providence, RI 02908 has a requirement for a Firm-Fixed Price contract to obtain professional Architect/Engineer (A/E) design services to repair and repoint a bridge and stone walls located at the medical center.






  1. GENERAL PROJECT INFORMATION:



The general scope of work for this project will include Professional services to repair and repoint a bridge and stone walls located on the VA medical campus. Services will include bridge inspection, inspection reports, bridge load rating, design development, construction documents, specifications, cost estimates, and may, at the Government’s discretion, require construction period services which may include site visits. The bridge in question carries Air Force drive over the Pleasant Valley Brook at 830 Chalkstone Avenue, Providence RI 02908. The structure is a single-span stone and brick arch that is approximately 8-feet in length and 25-feet in width. Structure was built in the late 1890s. See the attached Statement of Work for complete details of services.






  1. SET-ASIDE INFORMATION:


    1. In accordance with FAR 52.219-6, this is a 100% Total Veteran-Owned Small Business (VOSB) Set-Aside.

    2. In accordance with FAR 52.204-7, System for Award Management (SAM), prospective Firm shall be registered in the SAM database.

    3. This acquisition is a 100% set aside for Veteran-Owned Small Business (VOSB) concerns, in accordance with NAICS Code 541330. Any subsequent award will require the firm to be registered on the System for Award Management (SAM) website accessible at https://sam.gov/content/home.

    4. Additionally, prospective Firm shall be certified in Veteran Small Business Certification (VetCert) at the time of SF330 submission. If a prospective Firm is not registered in VetCert at the time of submitting their SF330, the firm will not be considered for selection. If a Joint-Venture (JV) submits a SF330 package, they must be listed in VetCert as the JV, and the VOSB member(s) must be certified as VOSBs. VetCert is accessible at https://veterans.certify.sba.gov/.








  1. LIMITATIONS ON SUBCONTRACTING:


    1. Prospective firms are reminded that in accordance with FAR 52.219-14, Limitations on Subcontracting, “Firms will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities.” Review the clause for full details. The SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with Federal Acquisition Regulation (FAR) Subpart 36.6 Architect-Engineer Services and the VA Acquisition Regulation (VAAR) Subpart 836.6, and all submissions will be evaluated in accordance with these evaluation procedures.

    2. Prospective firms are required, in accordance with VAAR 852.219-75 (Deviation)(Jan 2023), to review, sign and return a copy of the attached clause. Certifying that the prospective firm will comply with the limitations on subcontracting specified in the clause and resultant contract. Refer to S02_Attachment 04 (LOS)_36C24123R0167, attached to this posting.

    3. The Government will not pay, nor reimburse, any costs associated with responding to this SF-330 Notice. The Government is under no obligation to award a contract as a result of this announcement. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Proposal to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The final negotiated agreement will be incorporated into the resulting VA contract. Each Firm shall address their method for meeting the Limitations on Subcontracting.








  1. SELECTION EVALUATION CRITERIA:


    1. Each of the below evaluation criteria will be evaluated in accordance with FAR 36.6 procedures, and the below six (6) evaluation criteria are listed in descending order of importance as follows:

      1. Professional Qualifications

      2. Specialized Experience and Technical Competence

      3. Capacity

      4. Past Performance

      5. Experience in Construction Period Services

      6. Geographic Location










  1. SELECTION EVALUATION CRITERIA:


    1. Each of the below six (6) evaluation criteria will be evaluated in accordance with FAR 36.6 procedures; using Adjectival Ratings and Confidence Level Ratings. The selection criteria, in descending order of importance will be as follows:








  1. PROFESSIONAL QUALIFICATIONS:


    1. Professional Qualifications are necessary for satisfactory performance of required Scope of Work services. At a minimum, the responding Firm must describe their professional qualifications and how many years of experience Firm has in providing services in the required disciplines.

    2. Three (3) to five (5) years of experience is required within the specialty of repointing bridges and walls. Three (3) to five (5) years of experience using AutoCAD 2013 or later format. This project may include, but is not limited to the following disciplines:

      1. Civil/Site engineering

      2. Hazardous materials mitigation /abatement

      3. Mechanical engineering

      4. Structural engineering



    3. If Firm has a discipline that is named differently or that is interchangeable with the above disciplines, Firm must describe differences.

    4. Provide a resume (no more than 3 pages) for the above disciplines, and other relevant team members, or frequent subcontractor who will perform services under the resultant contract.

    5. Each resume shall include a minimum of three (3) specific completed projects that best describes the proposed individual’s experience relevant to the attached Scope of Work. Each resume must clearly describe how each proposed team member has the minimum education, training, experience, certification, and registrations in order to perform Scope of Work Requirements. Resumes should also describe personnel’s experience working with the

    6. VA on similar projects for any VA Medical Center Hospital, or experience performing similar services within other hospital environments.

    7. Key Personnel who the Firm proposes for this Project must be the same team members who will perform work under the resultant Contract. Prior to any substitution of key personnel, all key personnel substitutions must be approved in writing by the VAs NCO 1 Contracting Officer.

    8. Evaluation: Each resume will be evaluated based on an adjectival scoring method, based on degree to which proposed resumes clearly and specifically demonstrate level of specialized experience in the field of designing services to install new fire suppression system and new piping, valves and other appurtenances. Higher ratings may be provided to Firms with demonstrated experience working with the VA or performing similar design services within other hospital environments.








  1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE:


    1. Use SF-330 to demonstrate Firm’s Specialized Experience and Technical Competence performing A/E services designing the same or similar types of design services to repair and repoint bridge and walls. (refer to Scope of Work for complete requirement details).

    2. Specialized Experience and Technical Competence submittal must provide a detailed and specific narrative of up to three (3) (maximum) relevant Contracts or Projects completed within the last three (3) to five (5) years; for relevant projects similar in scope, size, and complexity with requirements described in the attached Scope of Work (projects can be from Government and private experience). The detailed and specific narrative must clearly describe Firm’s ability to meet core requirements described in the attached Scope of Work.

    3. Evaluation: Each firm will be evaluated based on degree to which Firms’ specialized and technical competence clearly and specifically demonstrates their ability to perform Scope of Work requirements.








  1. CAPACITY


    1. Given your Firm’s current workload and the availability of Firm’s existing key personnel and other core team members; describe your Firm’s real-time capacity to successfully meet the Design Schedule described in the Scope of Work, while also performing core requirements described in the attached Scope of Work.

    2. Also describe how your Firm will manage ongoing projects without those projects having an adverse impact on performing Scope of Work requirements for this project. Describe how your Firm typically handles capacity issues (if and when they arise).

    3. Evaluation: Capacity submittals will be evaluated using an Adjectival Rating Method, based on current availability of staff, and how realistic proposed Capacity is compared to Firm’s current workload and proposed staffing.








  1. PAST PERFORMANCE


    1. Past performance is described as contracts and projects with Government agencies and private industry for recent and relevant contracts and projects in terms of cost control, quality of work, and compliance with performance schedules.

    2. Recency is defined as performance occurring within 5 five years of the date of this Notice, except that ongoing Contracts/Projects must have begun no less than one (1) year prior to the issuance of this Notice.

    3. Relevancy is defined as past performance of work on Contracts/Projects that are similar in scope and complexity to the type of Contracts/Project anticipated under the resultant contract.

    4. Each Firm must submit 3-5 recent and relevant past performance projects with their SF 330 package. At a minimum each past performance referenced must include the following information:

      1. Contract/task order number

      2. Project title

      3. Name of Prime Contractor and Subcontractors (if applicable)

      4. Contract/Project Start and completion date

      5. Contact information

      6. Any challenges faced during project and remedies/solutions.

      7. Dollar amount and Construction dollar amount (if applicable)

      8. Provide Contract numbers for up to three (3) Contractor Performance Assessment Reporting System (CPARS).

      9. Firms without CPARS data must use the attached Past Performance Questionnaires (PPQs). Refer to attached PPQ document.



    5. Evaluation: This factor will be evaluated using a Level of Confidence Rating method. The Government also reserves the right to evaluate Past Performance on previously awarded contracts and any other information available.

    6. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources.








  1. EXPERIENCE IN CONSTRUCTION PERIOD SERVICES:


    1. Describe experience in providing services during the construction period, for projects similar in size, scope, and complexity. At a minimum, describe your Firm’s experience with the below construction services areas:

      1. Professional field inspections during the construction period.

      2. Review of construction submittals.

      3. Support in answering requests for information during the construction period.

      4. Support of construction contract changes to include drafting statements of work, revising drawings and plans, and developing cost estimates.










  1. GEOGRAPHIC LOCATION:


    1. The A/E Firm should have general knowledge of the locality where services for the project will take place, and relevant knowledge of certain local conditions or project site features. The purpose of this factor is to ensure that Firm can arrive at work site in a timely manner as not to delay starting and finishing work.

    2. Provide Name and Address of your Firm’s branch or satellite office that is nearest to the geographic area of the Providence, RI VAMC (this is where services will be performed).

    3. Provide Firm’s familiarity with traveling to the VAMC, Providence, RI, and surrounding areas of the New England Region; or how Firm plans to become familiar with the area where services will be performed (because climate and roadway conditions in the New England region can adversely impact a Firms’ ability to respond quickly to unforeseen site conditions).

    4. Evaluation: This factor will be evaluated by using a Level of Confidence Rating method.








  1. QUESTIONS AND COMMENTS DUE DATE:


    1. Deadline for submitting written questions to the VA is by August 5th, 2023, by 12:00 PM EST.

    2. All Questions and comments regarding this notice must be submitted only in writing via email to ronald.fantasia@va.gov .

    3. All questions and comments in response to this ‘Request for Qualifications, SF330’ notice must be submitted in writing only. Verbal telephone questions will not be accepted or answered.








  1. SF330 PACKAGE DUE DATE:


    1. The entire SF330 submittal packages, including Past Performance Questionnaires, shall be submitted to the VA by September 19th, 2023, by 12:00 PM EST.

    2. All interested and qualified Firms are required to submit one (1) electronic copy via email to ronald.fantasia@va.gov.

    3. If file size exceeds 7 MB, then each Firm is required to send multiple emails, and please use email subject line to indicate how many emails are related to Firms total submittal (e.g., 1 of __, 2 of __, etc.).








  • SUBMITTAL INSTRUCTIONS FOR SF330:


    1. Late responses are considered any SF 330 submittal that is submitted by the Firm, after the exact date and time outlined above under Section I a. Any SF 330 submittal package, modification, or revision to the SF 330 package that is not received at the designated VA email address before or at the exact time specified above under Section I a., may be deemed “Late” and may not be considered.

    2. Responding Firms must address all six (6) of the Selection Evaluation Criteria described within this notice.

    3. A current SF 330 form is available on-line at: https://www.gsa.gov/forms-library/architect-engineer-qualifications.

    4. Each Firm that responds to this SF 330 Notice is responsible for ensuring that the entire SF 330 package, to include any revisions, and modification information issued by the VA is submitted by the time shown above under Section I. a.

    5. When responding to Evaluation Factors 1-6, please be specific with all response information (i.e., please do not merely state that “information is incorporated by reference”).








  1. SF330 PACKAGE SUBMITTAL CONTENTS:


    1. Each responding Firm must use a current SF330 Form to respond to the attached Scope of Work, and the most current SF 330 Form to address the requirements within this Notice. At a minimum, a complete SF330 package must include the following items:

    2. The entire SF330 package along with continuation pages (if more space is needed beyond space provided on the SF330 Form) is limited to fifty (50) pages. With the exception of the below bullet point items, pages that exceed the Fifty (50) page limit will not be considered or evaluated by the Evaluation Panel. The following items are excluded from the fifty (50) page limitation:

      1. Cover letter

      2. Resumes

      3. Past Performance Questionnaire submittals

      4. Drawings may be submitted with SF 330 submittal, and do not count against total page limitation. Drawings should be substantive and must support other proposed SF330 information.



    3. Cover letter, at a minimum must include the following:

      1. Firm’s Legal Name, and DBA (if applicable), and full physical address, can also include mailing address.

      2. Firm’s SAM Unique Entity ID (UEI), and DUNS numbers.

      3. Response Date (date Firm’s SF 330 is submitted to the VA).

      4. Number and Title of this Notice (36C24123R0167, “Repair and Repoint Bridge and Walls”).



    4. SF330 submittal packages must clearly and specifically address all six (6) Evaluation Criteria described in this Notice. Not fully addressing all six (6) evaluation criteria may cause Firm’s submittal to be deemed unacceptable and non-responsive.

    5. Complete all Sections of both Part I and Part II of the SF 330 Form, and any other applicable sections of the SF330 form. Please use “N/A” if any sections of SF330 are not applicable (please do not leave any Sections blank).

    6. Responding Firms must clearly label/cross reference any supporting narrative information and attachments with their SF 330 submittal package.

    7. SF 330 package shall address how each firm anticipates meeting “Limitations on Subcontracting” criteria described under Section E of this Notice.








  1. FAR and VAAR CITATIONS:


    1. The FAR and VAAR citations referenced in this Special Notice can be accessed via the following websites:

      1. FAR: https://www.acquisition.gov/browse/index/far

      2. VAAR: https://www.acquisition.gov/vaar










  1. ATTACHMENTS:


    1. S02_Attachment 01 (SOW)_36C24123R0167

    2. S02_Attachment 02 (Appendix)_36C24123R0167

    3. S02_Attachment 03 (Map)_36C24123R0167

    4. S02_Attachment 04 (LOS)_36C24123R0167




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >