Kristine Sutton
53295
USA
REQUEST FOR SF 330 Architectural Design Services IDIQ Project #695-25-110 for Clement J. Zablocki VA Medical Center, Milwaukee, WI 36C25226Q0132 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 SF 330s for Architect Design Services. The Clement Zablocki VA Medical Center, Milwaukee, Wisconsin has a requirem...
View moreREQUEST FOR SF 330 Architectural Design Services IDIQ Project #695-25-110 for Clement J. Zablocki VA Medical Center, Milwaukee, WI 36C25226Q0132 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 SF 330s for Architect Design Services. The Clement Zablocki VA Medical Center, Milwaukee, Wisconsin has a requirement for professional architectural and engineering (AE) design services for the design of various Non-Recurring Maintenance (NRM) construction projects that are primarily Architectural in nature, although projects may also include components that fall under additional disciplines e.g. civil, and structural under NAICS Code: 541310. Services to include, but are not limited to the preparation of designs, plans, specifications, drawings, cost estimates, site visits, miscellaneous reports and construction period services. AE consultant services shall be provided under an indefinite-delivery/indefinite-quantity (IDIQ), firm-fixed price (FFP) contract with a five-year ordering period. The guaranteed minimum for this IDIQ is $25,000.00. The contract ceiling is $10,000,000.00. The order minimum is $2,000.00 and maximum is $2,000,000.00. Issuance of a task order shall not be processed until agreement has been reached by the Architect/Engineer and the Contracting Officer (CO). Work to be performed shall begin after individual task orders are issued THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via SAM. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR Overhaul Part 36.202-3 and VAAR 836.606. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92-582 (Brooks Act)), Federal Acquisition Regulation Part 36.2, VA Acquisition Regulation 836.6 and VA Acquisition Manual M836.6. RESTRICTIONS: in accordance with FAR 5.207(c)(13), this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located in the general geographical area of the Clement J. Zablocki VA Medical Center, 5000 West National Avenue, Milwaukee, WI 53295, have knowledge of the locality of the project, and within the USA. Period of Performance: Five-Year Ordering Period Contract Type: Firm-Fixed-Price ID/IQ Estimated Magnitude of Construction: Individual task orders will be established for a minimum of $2,000.00 and a maximum of $2,000,000.00. Contract Ceiling: $10,000,000.00 NAICS Code: 541310 Size Standard: $13 Million SBA: in accordance with VAAR 819.7003, at the time of SF 330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB is listed in the SBA Certification database at https://veterans.certify.sba.gov. However, the website portal at the foregoing link is now static and is no longer being updated as of August 2024. To be eligible for award, a vendor must be listed as SDVOSB certified in the SBA s Small Business Search (formerly Dynamic Small Business Search) website at: https://search.certification.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.gov. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance. NOTE: Factors (a) (d) will be rated with equal importance relative to each other; Factors (e) (f) will be rated with equal importance relative to each other and Factors (g) (h) will be rated with equal importance relative to each other. Professional qualifications necessary for satisfactory performance of required services; Discipline leads, and senior architects and engineers must have graduated from an ABET accredited program, maintain current licensure, and possess no less than five years professional experience in the discipline of their assigned responsibility (i.e. only licensed electrical engineers can design electrical systems). Expect resumes to be fact-checked. Submitting false information will adversely affect scoring. Personnel proposed for assignment to this contract possess a current registered architect or professional engineer license by a US state, the District of Columbia, or US Territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. Include the vertical transportation planning expert along with the credentials of his or her employer as described at PG-18-3 Topic 18. All studies and designs are to be provided by independent, experienced, and qualified consultant that normally performs Vertical Transportation Studies and Design as a standard part of their services, as prescribed at PG-18-10 Elevator Design Manual. Clarification: There is no industry certification named Medical Transport Logistics Consultant. Provide the prescribed qualifications and submission of same. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority]______________________, [company] __________________ certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Specialized experience in health care facility and associated grounds and structures design and construction period services. Specialized experience includes healthcare facility specific Code and industry standards such as NFPA 99, ASHRAE 170, and others listed at Design & Construction Procedures (PG-18-3) Topic 01 available at CFM TIL (https://www.cfm.va.gov/til/). Include Government and private experience detailing each project s size, scope, and complexity, and experience with project phasing, and infection control planning to maintain hospital operations during construction. Of particular importance will be describing the contributing disciplines of your firm, and your processes, and how your work enabled positive outcomes for the example clients. The evaluation will consider the management approach, coordination of disciplines and consultants, quality control procedures, prior experience of the prime firm and any key consultants working together on relevant projects, and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. 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; including maintaining project schedules, budgets, and quality compliance. Firm(s) will be required and expected to have the capacity to simultaneously manage and staff multiple assignments of various size, scope, and complexity. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. Note that responses to this factor almost always present the same result, therefore AE firms will do well to describe how they will ensure schedule, budget, and quality compliance. Don t provide marketing statements or academic descriptions of the terms. Provide your actual process and how it (uniquely) benefits clients. Include examples of these successes along with contact information. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; in terms of cost control, schedule adherence, and quality of work. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS or IPPS. The VA will review the last three (3) years of data. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness Please support this data with any awards and/or special recognitions of personnel. 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.. Please also include staff office locations on their resumes Offerors are advised that the Government may use all data provided by the Offeror and data obtained from other sources, including, but not limited to, Government wide databases, relying upon personal business experience with the Offeror, in assigning a rating for past performance. Past Performance information on contracts not listed by the Offeror, or that of planned sub-consultants, may also be evaluated. The Government may contact references provided by the Offeror, as well as any other source it identifies, and information received may be used in the evaluation of the Offeror s Past Performance for the last three (3) years. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete Past Performance information rests with the Offeror. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined below when addressing evaluation factors. SELECTION PROCESS: in accordance with FAR 36.2, SF 330s 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 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 SF 330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will then begin with the most preferred firm. LIMITS ON SUBCONTRACTING: in accordance with 852.219-73 VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses under 852.219-73(d)(5), it is stated: Refer to 13 CFR 125.6 for more specific requirements. Attention to Special Notice of VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. Failure of offeror to attest and sign the certificate of compliance shall render the offeror's SF330 submission technically unacceptable outright and the offeror shall not be eligible for award. (See below) Additionally, in order to comply with 38 USC 8127, by submission of an SF330 under this solicitation the offeror certifies that if awarded a contract it will not pay more than 50% of the amount paid by the government to it to firms that are not SBA VetCert-listed SDVOSBs as set forth in 852.219-73. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Additionally, the offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. SUBMISSION REQUIREMENTS: A/E firms, which meet the requirements listed in this announcement, are invited to electronically submit the completed Standard Form (SF) 330) no later than 11:00am Local Time, March 27, 2026. Electronic submission to be emailed to: Attn: Kristine Sutton and Stacy Hoover RFI: 36C25226Q0132 [email protected] and [email protected] Acceptable electronic formats (software) for submission of SF 330 packages: SF 330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages may not be evaluated. The font for text shall be Times New Roman 12-point or larger; (b) Please note that we can no longer accept .zip files due to increasing security concerns. PLEASE NOTE: The SF 330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search. No Fax Responses will be accepted: personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to [email protected] and [email protected]. Please submit questions by March 9th, 2026. VA Primary Point of Contact: Kristine Sutton, NCO 12 Contract Specialist, [email protected] VAAR 852.219-75 Requirement ****COMPLETE THIS LETTER & INCLUDE WITH SF330**** Certification: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [X ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDVOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [ ] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, ____________________________________________ [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of ________________________________________________________[insert name of offeror]. Printed Name of Signee: __________________________________ Printed Title of Signee: __________________________________ Signature: __________________________________ Date: __________________________________ Company Name: __________________________________ Address: __________________________________ __________________________________
C1DA--RFI - SF330--Architectural Design Services IDIQ, Project 695-25-110 Clement J Zablocki VA Medical Center, Milwaukee, WI
—