Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

C -- 629-20-2-690-0274 - Project #629-20-5039 Inpatient Hot Water Tracing and Cross Connection Survey Service Contract

Notice Date
5/14/2020 6:58:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620R0089
 
Response Due
5/19/2020 12:00:00 PM
 
Archive Date
08/26/2020
 
Point of Contact
Jacqueline McKeever Contracting Specialist 228-523-5689
 
E-Mail Address
Jacqueline.McKeever2@va.gov
(Jacqueline.McKeever2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
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 541310 and the applicable Small Business Size Standard is $7.5M. The area of consideration is RESTRICTED to a 700-mile radius of the VA s Southeast Louisiana Veterans Health Care System, 2400 Canal Street, New Orleans, LA 70119, in which either the A/E Firm s Primary or already established Auxiliary/Satellite Office must be located. Note: The 700-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or already established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). In order to use the address of an already established Auxiliary/Satellite Office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the Auxiliary/Satellite Office and are on the A/E s Payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. 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://sam.gov/SAM/ and the Vendor Information Pages database at https://www.vip.vetbiz.va.gov/ as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://vets4212.dol.gov/vets4212/. Failure of a proposed SDVOSB to be certified by the VA s Center for Verification and Evaluation (CVE) at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. 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, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. 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 rated AE firm selected to complete the design. The magnitude of design (not construction) of this project is between $100,000 and $250,000 SELECTION CRITERIA: The Selection Process allowed for in FAR 36.602 will be utilized and Interviews will be conducted with at least three of the most highly qualified firms. 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. (1) Professional qualifications necessary for satisfactory performance of required services. (2) 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. (3) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (4) Capacity to accomplish the work in the required time. Please include Information concerning current workload, workload in-place but to be started, and workload anticipated for the next 12 months. Please specifically address how this requirement would be met when the above workload is taken into consideration. (5) Quality Control Program with specific demonstrated results of reducing design Errors and/or omissions. (6) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Please address each of these areas individually. The Government reserves the right to also check any applicable data bases for information concerning Past Performance on contracts. (7) Location in the general geographical area of the project and knowledge of the locality of the project. (8) Complete record of all Design Estimates versus Actual Bid Results on all construction projects bid out within the past 5 years of the SF330 due date for this requirement. (9) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (10) Record of any claims against the firm. This includes, but is not limited to, improper or incomplete architectural and engineering services. 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 (JUL 2016). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted to: VA Gulf Coast Veterans Health Care System Network Contracting Office (NCO) 16 Att: Jacqueline McKeever Reference No.: 36C25620R0089 400 Veterans Ave, Bldg. T-102, Rm F107 Biloxi, MS 39531 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25620R0089. The SF 330 may be downloaded from https://www.gsa.gov/forms/all. Completed SF 330 s 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 five (5) hard copies of the completed SF 330 including Parts I and II as described herein, E-MAIL SUBMISSION of completed SF 330 including Parts I and II to Jacqueline.Mckeever2@va.gov, and one (1) CD of the SF 330 submittal as a single pdf file, to the above address no later than 2:00 P.M. (local) on Tuesday, May 19, 2020. FAX SUBMISSIONS WILL NOT BE ACCEPTED. 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. (c) Interested firms shall address each of the ten (10) Selection Criteria in their SF 330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all ten (10) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the eight (8) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. PROJECT INFORMATION: A/E Design Inpatient Hot Water Tracing and Cross Connection Survey Service Contract Project #629-20-5039 Southeast Louisiana Veterans Health Care System New Orleans, LA PROJECT DESIGN SCOPE OF WORK The contractor shall provide all labor, materials, tools, equipment and supervision necessary to generate a piping system map and detailed documentation of the potable cold water piping system and domestic hot water supply and return piping within all five (5) floors of the Inpatient Building at the VA Medical Center New Orleans campus. The drawing detail will include a Cross-Connection Control (CCC) survey and documentation of all backflow preventers, both testable and non-testable. PERIOD OF PERFORMANCE The delivery date for this contract shall be 100 days from Notice to Proceed. Performance time to include VA review of each submission as identified. LOCATION Southeast Louisiana Veterans Health Care System 2400 Canal Street New Orleans, LA 70119 See Attachment for Amendment 1
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c044ec609064ce1bb82558677d62370/view)
 
Place of Performance
Address: Southeast Louisiana Veterans Health Care System;2400 Canal Street;New Orleans, LA 70119 70119-6535
Zip Code: 70119-6535
 
Record
SN05657383-F 20200516/200514230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.