Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2021 SAM #7174
SPECIAL NOTICE

C -- AE Services VAMC Providence Increase Emergency Power Distribution in Building 1 Project #650-22-104

Notice Date
7/21/2021 1:19:37 PM
 
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
36C24121R0128
 
Archive Date
10/28/2021
 
Point of Contact
Stephen Slaby, Contract Specialist, Phone: 207-250-3715
 
E-Mail Address
Stephen.Slaby@va.gov
(Stephen.Slaby@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: The VA Medical Center Providence located in Providence, RI has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services to include design development, construction documents, specifications, cost estimates, construction period services, and site visits for the 650-22-104 Increase Emergency Power, Building 1 project. B. CONTRACT INFORMATION: The Providence VA Medical Center currently has a requirement to increase the capacity of the emergency power system for the main hospital (Building 1) on the Providence Veterans Affairs Medical Center (PVAMC) campus. This involves the addition of two (2) diesel generators with paralleling capability and the associated distribution equipment with adequate capacity to accommodate future additions and renovations to the hospital. The design includes design of a main electrical building to house the generator controls and associated distribution equipment, design of an underground duct bank from the new generator plant to the new electrical building, and this project involves civil, structural, mechanical, electrical, geotechnical, fire/life safety, and architectural disciplines The Magnitude of Construction is between $5,000,000 and $10,000,000. 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. A ""short list"" of the three most highly rated after initial source selection will be chosen for negotiations of a contract award. 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. 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 650-22-104 Increase Emergency Power, Building 1 project. 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: Professional Qualifications Specialized Experience/Technical Competence Past Performance Capacity Location in the general geographical area of the project and knowledge of the locality Experience in Construction Period Services SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 6) are provided below. PROFESSIONAL QUALIFICATIONS Professional qualifications necessary for satisfactory performance of required services The Designers of Record 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 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 for this project which include but are not limited to: Civil, Structural, Architectural, Landscape Architectural, Mechanical, Fire Protection, Geotechnical, Environmental and Electrical. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. The following license must be held: Active Professional Engineer License. Provide brief resumes describing professional qualifications of the firm s proposed team members who will specifically serve as Supervisors, Project Managers, Designers of Record, or frequent subcontractor(s) who will perform technical tasks relevant to this contract scope. All proposed team members shall have the minimum education, training, experience, registrations, and certifications. NOTE: Proposed team shall be members of the award team. Any substitution of personnel must receive prior consent of the Contracting Officer. Offeror 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. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence designing similar types of work including emphasis on the firm s experience in installation of diesel generator emergency power systems for hospitals, generator paralleling controls, short circuit and coordination studies, interfacing new and existing power distribution systems, and underground duct bank design. Other specialized experience to include: Sustainable Design Practices. Project phasing to minimize power interruptions to the hospital during installation and commissioning of the new generator plant. Knowledge and understanding of the requirements for emergency power systems as stated in VHA Directive 1028. Fire Protection (Life/Safety). Provide a detailed narrative of up to 3 (maximum) relevant projects completed within the last 5 years, which best illustrates overall team experience relevant to this scope. Include Government and private experience on projects similar in size, scope, and complexity. The relevant projects should demonstrate the teams experience involving: a. Healthcare/Hospital electrical distribution design, both normal and emergency power b. Paralleled generator power and control systems c. Underground duct bank installation 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. PAST PERFORMANCE Past performance on contracts with Government agencies and private industry for recent and relevant contracts in terms of cost control, quality of work, and compliance with performance schedules. Recency is defined as performance occurring within 5 five years of the date of this Notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Notice. Relevancy is defined as past performance of work on projects that are similar in scope and complexity to the type of project anticipated under the resultant contract. 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 construction dollar amount 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. CAPACITY 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 during the previous 12 months and the full potential value. LOCATION 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 such as: Knowledge of the VAMC, Providence, RI, and surrounding areas of the New England Region to determine the nearest highways, airports, train stations and other sources of transportation to be on site promptly should unforeseen conditions arise. Climate conditions in the New England region that can impact manufacturer s ability to supply the materials and/or deliverables needed for this requirement during the construction phase. Please provide your nearest branch office and address in the geographic area of the Providence, RI VA Medical Center. EXPERIENCE IN CONSTRUCTION PERIOD SERVICES Experience in construction period services for projects similar in scope to include: Professional field inspections during the construction period. Review of construction submittals, request for information. Support in answering requests for information during the construction period. Support of construction contract changes to include drafting statements of work and cost estimates. Please provide a narrative describing the construction period services provided for each submitted project. Include any significant construction related issues and how they were resolved. G. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contract Specialist Stephen Slaby at stephen.slaby@va.gov. b. Oral questions will not be answered. c. The deadline for questions is July 28, 2021 at 12:00PM EST. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no later than 12:00PM EST on August 20, 2021. 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 stephen.slaby@va.gov. 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 stephen.slaby@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/d5cd6c0bf96841fca3e02fc686bd3dd0/view)
 
Record
SN06068260-F 20210723/210721230125 (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.