Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2021 SAM #7322
SOLICITATION NOTICE

C -- 679-22-104 AE-Replace HVAC B143 Dietetics

Notice Date
12/16/2021 8:28:31 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24722R0026
 
Response Due
1/24/2022 12:00:00 PM
 
Archive Date
04/24/2022
 
Point of Contact
JOYCE POWERS, CONTRACTING OFFICER, Phone: 404-321-6111
 
E-Mail Address
JOYCE.POWERS1@VA.GOV
(JOYCE.POWERS1@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE WILL BE ISSUED IN THIS PHASE. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT. THIS PROJECT IS SUBJECT TO 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. Federal Acquisitions Regulation (FAR) 36.6 selection procedures apply. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. ---------- GENERAL INFORMATION: The Department of Veterans Affairs, Tuscaloosa VAMC, located at 3701 Loop Rd, Tuscaloosa AL 35404, is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services for the development of complete construction documents, which include working drawings, specifications, reports, and construction period services, for Project 679-22-104 Replace HVAC, B143 DIETETICS . The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. Point of Contact: Joyce Powers, Contracting Officer Email: joyce.powers1@va.gov PROJECT INFORMATION The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $16.5M. The projected award date for the anticipated A/E contract is on or before 30 September 2022. The anticipated period of performance for completion of design is 120 calendar days after Notice to Proceed. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $500,000 and $1,000,000. An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK SEE SCOPE OF WORK ATTACHED A/E SELECTION PROCESS: Responsive firms submitting SF 330 s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. Following initial evaluation, no less than three firms that are selected as the most highly qualified based on the selection criteria responses, will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. 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. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: 1) Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. Note: The firm and A/E on staff representing the project or signing drawings in each discipline must be registered/licensed to practice in the United States. Provide your information on the SF 330 clearly marked by providing a current architect and/or engineering License numbers AND proof of Licensure. 2) Specialized experience and technical competence in the type of work required, including, where appropriate on similar projects: experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (include Government and private experience). Technical competence includes design quality management procedures, CADD, equipment resources, and laboratory requirements of the prime firm and any subcontractors. In addition, provide information on the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships). 3) Capacity to accomplish work in the required time. This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. VISN 7 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 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 performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a maximum of four (4) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Contracting Officer Joyce Powers via email at joyce.powers1@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the page limitation and shall be attached to the SF330, behind the SF330 Part II document 5) Location in general geographical area of the project and knowledge of the locality of the project; The area of consideration for offeror is a 400-mile driving radius between offeror location and the VA Medical Center referenced in paragraph 1 General Information. (Determination of mileage eligibility will be based on www.google.com) PER VAAM M836.602-1 6) The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. 7) Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) by email to joyce.powers1@va.gov Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. The SF 330 form may be downloaded from http://www.gsa.gov/portal/forms/type/SF The SF-330 submission is due by 3:00 PM ET ON 24 JANUARY 2022. Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as 1 of n and include the notice number, project number and title in the email subject line. (Example: SF330 Submission, # 36C24722R0026 Project 679-22-104 Replace HVAC B143 DIETETICS (1 of n, 2 of n, etc.). Page Limitation of the SF 330 shall not exceed a total of 60 pages. This includes title page, table of contents, and any other relevant information. Each page shall be in in Arial size 12 font, single spaced. Part II of the SF 330 and any Contractor Performance Assessment Rating System (CPARS) reports will not count as part of the page limitations. Nor does the page limitation apply to the licenses and award documentation. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms VetBiz Registry 6) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the firm as nonresponsive and preclude further consideration. 7) Past Performance References REQUESTS FOR INFORMATON ON THIS PRESOLICITATION NOTICE: All RFIs shall be submitted to joyce.powers1@va.gov The firm and or AE on staff representing the project must follow all local State laws and guidelines for which the medical center is located. NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System For Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications AND at time of award. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of SF330s.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f21042ff8f9b40d8b7a93d05c3f0e8f1/view)
 
Place of Performance
Address: TUSCALOOSA VAMC, TUSCALOOSA 35404
Zip Code: 35404
 
Record
SN06199012-F 20211218/211216230115 (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.