Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOURCES SOUGHT

C -- Complete Combined Heat and Power Installation, 608-21-207

Notice Date
9/20/2021 9:25:05 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24121Q0863
 
Response Due
10/20/2021 1:00:00 PM
 
Archive Date
11/19/2021
 
Point of Contact
Michael Muller, Contract Specialist, Phone: 603-624-4366
 
E-Mail Address
Michael.Muller@va.gov
(Michael.Muller@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SOURCES SOUGHT: The VA Medical Center, 718 Smyth Road, Manchester, NH has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design for Project Number 608-21-207. The VA Medical Center in Manchester, NH, began construction of Project 608-12-301, Combined Heat and Power (CHP) Plant, in 2013. The project installed a Caterpillar 740 kW gas generator and heat recovery steam generator (HRSG). The project was approximately 90% complete when it was suspended in 2015 to allow Project 608-12-101, Replace Boiler Plant and Emergency Generators, to proceed. The equipment in both projects utilized much of the same infrastructure and it was not feasible for both to proceed simultaneously. The boiler and emergency generator replacement project were prioritized as more critical to facility operations. After several delays to the boiler replacement project, the VA closed out the aging contracts for the CHP project. None of the original contractors (A/E, General Contractor, or Commissioning Agent) are currently involved with the project. The purpose of this project is to evaluate the feasibility of completing the CHP system. SCOPE: The scope of this project consists of Architectural and Engineer (A/E) services required to complete the project, as outlined in Supplements A & B below. The period of performance for the design is 176 calendar days and shall begin upon issuance of the Notice to Proceed (NTP) by the Contracting Officer. The VA will not be responsible for any costs incurred by interested parties in responding to this announcement. This is Request for Qualifications: The purpose of this notice is to request SF-330 Qualification statements from qualified SDVOSBs that have the experience directed at the requirements of the Statement of work. The design effort is to be completed by more than 50% SDVOSB and VOSB. The NAICS code is 541330 and the small business size standard is $16.5 million. Firms must have valid registration in the System for Award Management (SAM). Visit: beta.SAM.gov to register in this database. SDVOSB firms must be verified in VETBIZ under NAICS 541330. Visit: vip.vetbiz.va.gov RESPONSE: Interested SDVOSB firms must provide their qualifications to the Contracting Specialist no later than 4:00pm on 10/20/2021 via email to Michael.Muller@va.gov The following information is required as a valid response: A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s DUNS Number, Firms address and Contact information. Evidence of your experience in A/E Services for complete design of Complete Combined Heat & Power Installation at a Medical facility (please provide contract descriptions, contract dollar amounts and telephone numbers for points of contact no photographs). Qualifications: Professional Qualifications: Minimum Requirement: The A/E firm shall have a minimum of two full-time licensed Professional Engineers with their PE obtained in electrical engineering and a minimum of two full-time licensed Professional Engineers with their PE obtained in mechanical engineering Firm Specialized Experience: Minimum Requirement: The A/E firm shall have completed a minimum of 3 combined heat and power system projects that utilize a reciprocating internal combustion engine and a heat recovery steam generator, either as the designer or commissioning agent. Design Team Specialized Experience: Minimum Requirement: The proposed design team shall include a mechanical engineer and an electrical engineer who have each worked on at least three combined heat and power system projects utilizing a reciprocating internal combustion engine and a heat recovery steam generator. The design team members do not have to have worked on the same projects and the projects may have been completed while working for other firms. Provide a brief project description for any project that was not provided as part of the requirements of paragraph b) above. Past Performance: A/E is required to supply references for at least 2 projects from b) above. Past performance rating will be based on those references and any information available in CPARS or other government performance rating systems. SF-330 Architect- Engineer Qualifications completed for the intent of the project. Evidence that your SDVOSB firm will perform more than 50% of the requirement with a qualified SDVOSB and or VOSB team. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB concern. EVALUATION FACTORS: Adjectival Description Exceptional A comprehensive and thorough presentation of extraordinary merit with one or more significant strengths. Offeror s response is clearly superior. The response is innovative and exceeds requirements. No deficiency or significant weaknesses exists. Good Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist. Acceptable Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. Marginal Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or significant number of deficiencies exist. Unacceptable Fails to meet any of the minimum requirements of the criteria; very low probability of success. Neutral (Applies only to Past Performance) Offeror s performance record, relevant past performance or information on past performance is not available SELECTION PROCESS: The A/E selection will be completed in two stages as follows: In Stage I, interested firms will submit SF-330 Qualification Statements of Capabilities. In Stage II, A/E team most qualified will be requested to submit a price proposal for negotiations in an issued Request for Proposal. PROJECT INFORMATION: The scope of work is attached.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af6ecd4c0d36480fb1a83623e0b45f8c/view)
 
Place of Performance
Address: VAMC Manchester 718 Smyth Rd, Manchester, NH 03104, USA
Zip Code: 03104
Country: USA
 
Record
SN06138855-F 20210922/210920230120 (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  © 1994-2020, Loren Data Corp.