Arkansas Bids > Bid Detail

36C25623R0133_UPGRADE MULTIPLE PARKING LOTS

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159410774981546
Posted Date: Sep 6, 2023
Due Date: Oct 9, 2023
Solicitation No: 36C25623R0133_UPGRADE_MULTIPLE_PARKING_LOTS
Source: https://sam.gov/opp/b57cefa84e...
Follow
36C25623R0133_UPGRADE MULTIPLE PARKING LOTS
Active
Contract Opportunity
Notice ID
36C25623R0133_UPGRADE_MULTIPLE_PARKING_LOTS
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 06, 2023 01:57 pm CDT
  • Original Date Offers Due: Oct 09, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 24, 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:
    • 541330 - Engineering Services
  • Place of Performance:
    Fayetteville , AR 72703
    USA
Description

REQUEST FOR SF330



INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS



(SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 564-23-702, Upgrade Multiple Parking Lots at Veterans Health Care System of the Ozarks (VHSO) located in Fayetteville, Arkansas.



THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via SAM.GOV. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated AIE design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6.



DESCRIPTION: VHSO is located at 1100 N. College Ave., Fayetteville, Arkansas. This project will update and rehabilitate the parking lots in accordance with the U.S. Department of Veterans Affairsdesign guidelines. The design will identify and recommend rehabilitation techniques including, but not limited to, crack sealing, seal coat application, and restriping to preserve the existing parking lots pavement as well as signage replacement in the parking lots. The design will also include new pavementsection alternatives for the existing lots currently identified as gravel that are to be paved at the Veterans Health Care System of the Ozarks (VHSO).The A/E shall prepare all the design documents in conformation with, but not limited to, all applicable Federal, State, and local codes, rules, regulations and requirements as well as the Department of Veterans Affairs (VA) publications including but not limited to, the latest versions the VA Master Construction Specifications, http://www.cfm.va.gov/til/spec.asp , VA Design Guides, Manuals and Alerts, http://www.cfm.va.qov/til/dManual.asp, http:// ww.cfm.va.qov/til/alertDesiqn.asp to include Construction standards, ASHRAE 90.1 and NFPA. VA Standard construction specifications, Master Format 2022 must be utilized for preparation of project specifications.





Design Period of Performance: 270 Calendar Days



Construction Period Services Period of Performance will be determined by the AE during design.



Contract Type: Firm-Fixed-Price



Estimated Magnitude of Construction: between $500,000 and $1,000,000.



NAICS Code: 541330



Size Standard: $25.5 Million



VETCert & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a —



SDVOSB eligible firm.



Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and



SDVOSB listed as verified in VIP at: https://veterans.certify.sba.gov.



Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.qov.



EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1 and VAAR 836.602-1:



Professional qualifications necessary for the satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all applicable disciplines: civil, environmental, and cost estimating.



-Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of Veteran Administration (VA) design standards, technical manuals, and specifications) and provide no more than five (5) recent projects.



-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.



-Capacity to accomplish the work in the required time, maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy.



-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 are included in the statement of work for AE services.



-Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.



-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.



SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least (3) three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under VAAR 836.602-1 , Selection Criteria. Negotiations will then begin with the most preferred firm.



LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states:



"The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable”.



For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. — SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.



SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:



One (1) electronic pdf copy via email to madeline.allison@va.gov:



Size limitation is I0MB.



All SF330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25623R0133. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project.



The Contract Specialist will reply to the sender once the submission is received. It is the A/E's responsibility to ensure the SF330 submission is received by the due date and time.





The SF330s are due on October 09, 2023, at 2:00 pm CT.



Acceptable electronic formats (software) for submission of SF330 packages:



Files readable using the current Adobe Portable Document Format (PDF).



Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater.



SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of 50, single-sided, single-spaced, and numbered pages. If more than 50 single-sided pages are submitted, all pages after 50 pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger.



Please note that we can no longer accept .zip files due to increasing security concerns.



NO FAX RESPONSE WILL BE ACCEPTED: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to madeline.allison@va.gov.



QUESTIONS/RFI: All RFI’s are due to this office not later than (NLT) 2:00 pm CT on 15 September 2023 by 2:00pm CT. Once all questions have been received a final amendment will be posted NLT 25 September 2023 to capture all remaining questions



VA PRIMARY POINT OF CONTACT:






    • Madeline Allison, Contract Specialist

    • Email: madeline.allison@va.gov




Attachments/Links
Attachments
Document File Size Access Updated Date
36C25623R0133_1_CONTRACT OPPORTUNITIES.pdf (opens in new window)
133 KB
Public
Sep 06, 2023
564-23-702_SOW.pdf (opens in new window)
467 KB
Public
Sep 06, 2023
564-23-702_site plan.pdf (opens in new window)
301 KB
Public
Sep 06, 2023
file uploads

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
  • Sep 06, 2023 01:57 pm CDTCombined 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 >