Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2021 SAM #7030
SOLICITATION NOTICE

C -- AE/Construction Lincoln Statue Site Preparation

Notice Date
2/25/2021 11:22:51 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25021R0062
 
Response Due
3/12/2021 11:00:00 AM
 
Archive Date
06/10/2021
 
Point of Contact
Angie Carpenter, Contract Specialist, Phone: 937-268-6511 x4049
 
E-Mail Address
angie.carpenter@va.gov
(angie.carpenter@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 4 of 4 REQUEST FOR SF330 1. 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 552-20-504, A/E Lincoln Statue Site Preparation at the Dayton VA Medical Center, 4100 W. Third Street, Dayton, Ohio 45428. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. 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 A/E 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. 2. DESCRIPTION: The Dayton VA Medical Center was donated a Lincoln Statue. The statue is already sculpted and will be placed outside, to the south of Building 120 on the campus. The statue weighs approximately 1,700 pounds. The design will include evaluating an approximately 1/3-acre grassy area around the statue. This area will include items such as: sidewalks, bench seating atop small brick walls, lighting for statue, etc. Additionally, minimal landscaping will be incorporated in the area. The design will also include mounding of the ground area near the statue, and structural support for the statue. Period of Performance: 60 Calendar Days after Contractor receipt of Notice to Proceed Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $25,000 and $100,000 (See FAR 36.204) NAICS Code: 541310 Size Standard: $8 Million 3. VETBIZ & 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 (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.va.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. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.beta.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) 4. 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: (a) Professional qualifications necessary for satisfactory performance of required services; (b) 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; (c) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; (d) Capacity to accomplish the work in the required time; (e) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (f) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; (g) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; and (h) 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 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 IA 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 in #7 below when addressing evaluation factors. 5. 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 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. Negotiations will then begin with the most preferred firm. 6. 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. 7. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: Completed SF330s can be submitted via electronic mail to Angie Carpenter, Contract Specialist, at angie.carpenter@va.gov no later than March 12, 2021, at 2PM EST. No hand carried deliveries. The SF330s are due on March 12, 2021 at 2PM EST. Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. 8. No Fax, Telephonic, nor Email Responses will be accepted: No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (angie.carpenter@va.gov). Telephone inquiries will not be honored. Award of any resultant contract is contingent upon the availability of funds. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3e9e7223fa3844b889d52704bd518d78/view)
 
Place of Performance
Address: Department of Veterans Affairs Dayton VA Medical Center 4100 W. Third Street, Dayton, OH 45428, USA
Zip Code: 45428
Country: USA
 
Record
SN05926760-F 20210227/210225230104 (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.