Delaware Bids > Bid Detail

R425--CS for Engineering Services

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159971316471444
Posted Date: Mar 17, 2023
Due Date: Mar 23, 2023
Solicitation No: 36C24423Q0580
Source: https://sam.gov/opp/86dda2f6fc...
Follow
R425--CS for Engineering Services
Active
Contract Opportunity
Notice ID
36C24423Q0580
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 17, 2023 12:34 pm EDT
  • Original Date Offers Due: Mar 23, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 561320 - Temporary Help Services
  • Place of Performance:
    Wilmington VAMC Wilmington , DE 19805
Description

Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.

This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs)

The associated North American Industrial Classification System (NAICS) code for this procurement is 561320 with a small business size standard of $30 million/yr.
The PSC is R425

The Wilmington, DE VAMC is seeking to purchase Healthcare Engineer temporary staffing services for a period of one year and one, 6-month option period.

All interested companies shall provide quotations for the following:

Services

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Temporary Staffing. Full time temporary staff (2) senior level general engineer in accordance with the attached SOW.
2
EA

Description: Senior Healthcare Engineers (Project Engineers)

INTRODUCTION/BACKGROUND:

The Wilmington VA Medical Center located at 1601 Kirkwood Highway, is soliciting for a vendor to provide two (2) Senior Healthcare Engineers (Project Engineers) for the VA Facility Management Service.

SCOPE:

The Department of Veterans Affairs Medical Center, (460) Wilmington, Delaware, hereby referred to as the VAMC Wilmington (460), is seeking two Project Engineers to fulfill staffing needs.

The VAMC Wilmington (460) Facility Management Service currently has a staffing shortage and is currently working aggressively with Human Resources to staff these vacancies. This shortage, for such a critical service, is creating a significant amount of backlog and burnout for our existing staff.
MAJOR REQUIREMENTS:

The Contractor/Vendor must meet the following needs of this acquisition:

Educational Requirements:
Bachelor s degree in construction management, engineering, or architecture from an accredited University or a minimum 10 years of directly related construction experience.

Professional Experience:
Minimum 7 years experience in managing construction projects to include supervision of engineering, design and construction, schedule control, cost management and budgeting, and overall project management.
Experience should include the ability to read and interpret construction documents, perform cost estimating, and communicate effectively with construction team members, facility maintenance staff, and end users of the space.

Functional Responsibility:
The position uses independent seasoned engineering judgment in evaluating and performing scheduling and layout of operations, inspection, and surveillance of materials, methods, and equipment used in construction.
Provides project/construction management of a single major project or multiple projects.
Provides direction regarding business, technical, and personnel management involving multi-discipline and diverse teams.
Maintains daily progress and inspection reports
Leads inspection and quality assurance teams to ensure timely and effective project oversight.
Responsible for managing and dealing with constantly changing priorities and deadlines based on engineering workload.
Prepares correspondence, technical reports, estimates, fact sheets, progress reports, schedules, progress payments, and close-out documents as required to complete project assignments.
Provides guidance and insight to other engineering staff in revising as-built drawings or project plans after contraction completion.
Investigates a variety of problems experienced in construction requiring modification to the original design of the project
As the technical expert responsible for the project oversight of multi-million-dollar, complex healthcare projects, the position reviews work performed by inspectors, internal and contracted, to ensure project requirements are being met

The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees.
There will be no federal records created, maintained, used or dispositioned with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.].

GOVERNMENT FURNISHED INFORMATION OR MATERIAL:

This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more.

This acquisition does not include Contractor-acquired property (CAP).

CONTRACTING OFFICER'S REPRESENTATIVE (COR):

The identified COR and technical representative for this acquisition is:
TBD

"No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."

PERIOD OF SERVICE:

Delivery shall occur within 30 days of receipt of contract or must occur within the timeframe designated by the Federal Government for the duration of one (1) year, with an option to extend for six (6) months.

SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS:

No special security requirements are anticipated.

The contract period of performance is for 1 year, Period of Performance of 5/1/2023 to 4/30/2024.

Place of Performance/Place of Delivery
Address:
1601 Kirkwood Hwy, Wilmington, DE
Postal Code:
19805-4917
Country:
UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items [DEC 2022]

The Following Addenda to FAR 52.212-4 are included:
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights [JUN 2020]
FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper [MAY 2011]
FAR 52.204-9 Personal Identity Verification of Contractor Personnel [JAN 2011]
FAR 52.204-13 System for Award Management [OCT 2018]
FAR 52.204-18 Commercial and Government Entity Code Maintenance [AUG 2020]
FAR 52.217-8 Option to Extend Services [NOV 1999]
The Contracting Officer may exercise the option by written notice to the Contractor within 30 days
FAR 52.228-5 Insurance-Work on a Government Installation [JAN 1997]
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors [NOV 2021]

VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020)

852.203 70, Commercial Advertising.
852.232 72, Electronic Submission of Payment Requests.
852.233 70, Protest Content/Alternative Dispute Resolution.
852.233 71, Alternate Protest Procedure.
852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction.
VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (NOV 2022)
(a) Pursuant to 38 U.S.C. 8127(k)(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 VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed 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 VIP-listed SDVOSBs as set forth in 852.219-73or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed 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 VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated 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 section 1001 of title 18.
(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 and Address:
END OF ADDENDA
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [DEC 2022]

The following subparagraphs of FAR 52.212-5 are applicable:
FAR 52.203 6, Restrictions on Subcontractor Sales to the Government (JUN 2020)
FAR 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note).
FAR 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
FAR 52.219-8, Utilization of Small Business Concerns (OCT 2022) (15 U.S.C. 637(d)(2) and (3)).
FAR 52.219 27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) (15 U.S.C. 657f).
FAR 52.219 28, Post-Award Small Business Program Rerepresentation (OCT 2022) (15 U.S.C. 632(a)(2)).
FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755).
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015).
FAR 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
FAR 52.222 35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).
FAR 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).
FAR 52.222 37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).
FAR 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
FAR 52.222-54, Employment Eligibility Verification (MAY 2022). (E. O. 12989).
FAR 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).
FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021)
FAR 52.229 12, Tax on Certain Foreign Procurements (FEB 2021).
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
FAR 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67).
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
Employee Class _______________
Monetary Wage-Fringe Benefits ____________________
FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706).

Solicitation Provisions, Instructions, and Evaluation Criteria

FAR 52.216-1 Type of Contract [APR 1984]

The Government contemplates award of a Firm-Fixed Price service contract resulting from this solicitation.

FAR 52.233-2 Service of Protest [SEP 2006]

Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from:

Shea Matthews
Contracting Officer
Email delivery only (shea.matthews@va.gov)

The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
All quoters shall submit the following:
Fully burdened rate for the required services on Page 1
1 example of a similarly scope past performance, preferably with VHA
Technical capabilities statement
A signed copy of VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (see above and attachments)

All quotes shall be sent via email to Shea Matthews, Contracting Officer, NCO 4. shea.matthews@va.gov

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.

No Options will be evaluated, but FAR 52.217-8 is included in this Combined Synopsis and resulting award. The Government reserves the Option to Extend Services for these services by a period not to exceed 6 months.

The following are the decision factors:

Price, past performance, technical capability.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 3/23/2023 at 12pm EST at shea.matthews@va.gov.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
shea.matthews@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 17, 2023 12:34 pm EDTCombined 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 >