SPECIAL NOTICE
C -- 689-21-120 AE CT Scan Building Penetration
- Notice Date
- 5/28/2021 8:41:42 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24121Q0209
- Archive Date
- 09/04/2021
- Point of Contact
- Ray Darling, Contract Specialist, Phone: 401-457-1412
- E-Mail Address
-
raymond.darling@va.gov
(raymond.darling@va.gov)
- Awardee
- null
- Description
- SPECIAL NOTICE FOR QUALIFICATIONS (SF-330) NAICS Code: 541330 Engineering Services (Small Business size standard $16.5 million dollars) A. INTRODUCTION: VA Connecticut in West Haven is planning to renovate the CT Suite to correct identified deficiencies in its HVAC system. Before the VA can temporarily shut down its CT Suite located in Building 1 Ground Floor, a path leading to the CT Trailer parked outside needs to be created. Ambulatory patients and staff will be expected to use this to access not just the CT Trailer but also the upcoming PET/CT Trailer. An approved design from the OR Control System Replacement Project (Project# 689-10-121) for the building penetration opening by VA Connecticut Leadership can be utilized to expedite the design phase. However, since the new trailers (CT Trailer and PET/CT Trailer) will be placed differently (see Drawing 2), the path between the new opening and the trailers will be also different than how it was designed in the OR Replacement Project. B. CONTRACT INFORMATION: VA Connecticut in West Haven has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services to renovate the CT Suite to correct identified deficiencies in its HVAC system. The Magnitude of Construction is Between $100,000 and $250,000. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the VETBIZ Vendor Information Pages (https://www.vip.vetbiz.va.gov/). VETBIZ will be used to determine SDVOSB/VOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541330 at the time SF330 s are submitted. Prospective firms are reminded that in accordance with FAR 52.219-14, Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart 836.6 of the VA Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. The intention of this requirement is to enter into discussions with the most highly rated firm after initial source selection. Should interviews be determined to be required, a short list of the three most highly rated firms will be chosen. The Government is under no obligation to award a contract as a result of this announcement. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract. C. THIS IS NOT A REQUEST FOR PROPOSAL: This is a request for SF 330's Architect/Engineer Qualifications packages only. 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. D. PROJECT INFORMATION: Provide Architect/Engineer services to develop complete drawings, specifications, cost estimates and construction period administration associated with the 689-21-120 CT Scan Building Penetration. E. EVALUATION SELECTION CRITERIA: Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The selection criteria, in descending order of importance will be as follows: 1. Specialized Experience/Technical Competence 2. Professional Qualifications 3. Capacity 4. Past Performance 5. Location in the general geographical area of the project and knowledge of the locality F. SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 5) are provided below. Specialized experience and technical competence: The Architect Engineer shall have at least five (5) years of design experience with mechanical, architectural, civil, IT, and electrical systems and at least three (3) projects at the Hospital, ideally, at the VA Medical Center. Include Government and private experience on projects similar in size, scope and complexity. The evaluation may consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. Professional qualifications Professional qualifications necessary for satisfactory performance of required services The architects and engineers on the firm s staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Structural, Civil, Architectural, Hazardous Material Abatement/Industrial Hygiene, and Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. Disciplines incidental to required include Mechanical, Electrical, Plumbing Fire Protection, Physical Security (note must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International). The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. 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 requirements demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. NOTE: Proposed team shall be members of the award team. Any substitution of personnel must receive prior consent of the Contracting Officer. Do not send resumes or SF330 s. Capacity to accomplish work in the required time. The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded by the VA during the previous 12 months and the full potential value. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number project title prime firm start and completion date Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS The Government reserves the right to also evaluate past performance on previously awarded federal task orders and any other information available. Additionally, the Government will review the firm s previous ability to meet the 50% SDVOSB performance requirement on other task orders. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. Location in the general geographical area of the project and knowledge of the locality to include specific knowledge of certain local conditions or project site features. The evaluation may consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications and other applicable standards. G. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contracting Specialist Ray Darling email raymond.darling@va.gov H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no later on June 11, 2021 by 3:00 PM EST. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. b. Qualified A/E firms are required to submit ONE (1) electronic copy via email to raymond.darling@va.gov. Oral questions will not be answered. If file size exceeds 7MB then firms are required to send multiple emails with a sequence stating email 1 of __. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF c. Submission of information incorporated by reference is not allowed. d. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. e. Submissions are limited to 85 pages. i. Absolutely no photographs shall be submitted. ii. Title pages and tables of contents, if applicable, are excluded from the page count limitation. iii. Pages submitted in excess of the limitations specified in this Notice will not be evaluated by NCO 1. f. Telephone or Fax inquiries will not be accepted. I. SF 330 PACKAGE CONTENTS: a. The SF 330 submittal packages shall consist of a completed SF 330 parts I and II, specific information addressing each of the SIX selection criteria described in this Notice; the additional information required by this Notice and past performance questionnaire section A. b. Respondents are required to meet all requirements in addition to those identified as selection criteria. c. SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. d. Any SF 330 submittal package, modification, or revision, that is received at the designated NCO 1 office after the exact time specified for receipt is late and will not be considered unless it is received before award is made, the contracting officer determines that accepting the late submittal would not unduly delay the acquisition; and There is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. J. SF 330 PACKAGE PREPARATION: a. Qualified A/E firms are required to submit ONE (1) electronic copy via email to raymond.darling@va.gov SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. b. Electronic copy shall be in searchable PDF format of the SF 330 parts I and II, questionnaire Section A and additional information requested by this Notice. c. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9 digit zip code, phone number, e-mail address, DUNs number, date of response, title and Notice identification. d. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. e. A table of contents shall be provided for ready reference to sections and figures. f. SF 330 submittal packages shall be consistent with the following structure and formatted accordingly: SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS 1. Sections A through D 2. Section E 3. Section F 4. Section G 5. Section H 6. Section I 7. Questionnaire section A only 8. Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). K. FAR and VAAR: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following internet links: https://www.acquisition.gov/far/index.html END OF SPECIAL NOTICE
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c9f7cb3f9cae45119b8ed8672404257f/view)
- Record
- SN06016187-F 20210530/210528230110 (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 |