Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

C -- A/E Services to design replace Sanitary Sewer Lines B100

Notice Date
7/20/2020 1:58:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0978
 
Response Due
7/27/2020 8:00:00 AM
 
Archive Date
07/29/2020
 
Point of Contact
John Moua, Contracting Officer, Phone: (713) 794-8548
 
E-Mail Address
John.Moua@va.gov
(John.Moua@va.gov)
 
Awardee
null
 
Description
SYNOPSIS: RFI 36C256-20-Q-0978 CONTRACT INFORMATION: GENERAL (a) This A-E Services contract is being procured in accordance with the Selection of Architects and Engineers statue (Public Law 107-217) and implemented in Federal Acquisition Regulation (FAR) 36.6. The VA intends to procure services utilizing FAR 36.602-5 - Short Selection Process for Contracts Not to Exceed the Simplified Acquisition Threshold. All submissions for fiscal year 19 20 have been submitted under RFI 36C25620Q0116 and are kept in a database for use when the short selection process is considered. This RFI is in accordance with FAR Part 5 posting requirement and is not seeking contractor to submit additional SF 330 Part II. 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 magnitude for construction (not designs) of this project is between $1M and $5M. The estimated start date for design is October 1, 2020 with an estimated completion date of June 1, 2021. The estimated start date for construction is fourth quarter of 2021. (b) Contract Award Procedure: Before a Service-Disabled Veteran-Owned Small Business (SDVOSB) is proposed as a potential contractor, they must be certified by VETbiz and registered in the System for Award Management (SAM) database. Register via the BetaSAM internet site at www.BetaSAM.gov. Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. (c) Nature of Work: Provide Architectural / Engineering services for site survey and investigation, concept development, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with VA Project Management Staff to develop the necessary working drawings, phasing plans, infection control plans, contract specifications, prioritization of items, and cost estimates for full and complete construction of this project. PROJECT INFORMATION: The Architect/Engineer (A/E) shall furnish all professional and technical expertise to develop Space Program, Equipment Plans, Schematics, pre-design preliminaries, Design Drawings, Specifications, cost estimates and Construction Contract Bid Documents to Replace Sanitary Sewer Lines in B100 at the Michael E. DeBakey VA Medical Center located at 2002 Holcombe Boulevard, Houston, TX 77030. The A/E shall survey all sanitary sewer lines and verify capacity of existing lines, taking in consideration renovation that took place after building construction, also verify as-built drawings. The A/E shall thoroughly study existing drawings and building design criteria for exact implementation and coordination of all systems and components of the new renovations, and avoidance of construction conflicts. The A/E shall provide construction period services including record drawings, responses to RFI s, site visits, and inspections. Work under this project will include architectural, structural, electrical, mechanical/Heating Ventilation and Air Conditioning (HVAC), plumbing, medical gas systems, life safety, interior design and telecommunications design. Design will include the application of VA space criteria http://www.cfm.va.gov/TIL/ to provide for the proper program space, as needed. All designs must, at a minimum, be in accordance with all applicable Federal, State and Local codes as well as the Department of Veterans Affairs (VA) publications http://www.cfm.va.gov/TIL/ (Master Construction Specifications, Space Criteria, Construction Standards, etc.). SUBMITTAL REQUIREMENT: This project is a 100% set aside for SDVOSB concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). 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. (a) Firms will be selected from the Short-Selection database already established for Fiscal Year 19 20 per RFI 36C25620Q0116. New submittals of SF330s will not be accepted under this RFI. (b) Personal visits and phone calls to the facility to discuss this announcement will not be allowed. THIS IS NOT A REQUEST FOR PROPOSAL. Any requests for a solicitation will not receive a response. No material will be issued, and no solicitation package or bidder/plan holder list will be issued. A solicitation will only be issued to the most highly qualified vendor. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a8b6435d66f94d6cad5d856d7a7960c5/view)
 
Place of Performance
Address: 77030, USA
Zip Code: 77030
Country: USA
 
Record
SN05726018-F 20200722/200720230145 (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.