Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2022 SAM #7576
SOLICITATION NOTICE

C -- Design Replace and Upgrade Boiler Plant Chilled and Hot Water Units | 612A4-22-006

Notice Date
8/26/2022 8:41:27 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26122R0061
 
Response Due
9/30/2022 1:00:00 PM
 
Archive Date
01/07/2023
 
Point of Contact
Denise R. Groves, Contracting Officer, Phone: 650-493-5000-62875
 
E-Mail Address
denise.groves@va.gov
(denise.groves@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Department of Veterans Affairs VA Northern California Health Care System, CA (VANCHCS) is seeking Architectural/Engineering Firms to submit Standard Form (SF) 330 for Project 612A4-22-006, Design Replace and Upgrade Boiler Plant Chilled and Hot Water Units. The project will be located at VANCHCS Mather Campus, 10535 Hospital Way, Mather, California 95655. This design effort shall primarily consist of preparing complete construction documents (CD s) for the consolidation of existing steam boilers and hot water boilers into a central steam boiler plant. Included in the scope of work is the demolition of existing eight (8) steam boilers, four (4) hot water boilers and the replacement of the domestic hot water system. A/E firm shall provide comprehensive analysis of the current space, function, workflow, and other design development requirements as outlined in this SOW document. The A/E is also required to plan for all equipment relocation and new equipment to be installed at the temporary space and within the newly renovated space. The contract work requires multiple disciplines. The Prime firm shall be a licensed/registered professional firm. The disciplines required include, but are not limited to: Architectural, Civil, Interior Design, Structural, HVAC, Plumbing, Electrical, Fire Protection, Construction Cost Estimating, Signage/Wayfinding, Landscaping and Geotechnical. This procurement is a total Service-Disabled Veteran Owned Small Business (SDVOSB) set aside under the Veterans First Contracting program as required by 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70. The term Service-Disabled Veteran-Owned Small Business (SDVOSB) under the Veterans First Contracting program has the same meaning as Service-Disabled Veteran-Owned Small Business concern defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program. These businesses must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under the Veterans First Contracting Program. All SDVOSB firms that submit Standard Form (SF) 330s must be listed in Veterans Information Page (VIP) as a verified to be considered for this procurement. Offers from non-verified SDVOSBs are considered deficient and will not be evaluated further. A firm s status will be verified in VIP at time of receipt of the SF 330, prior to conducting evaluations/interviews/discussions, and prior to award. This set aside process is in keeping with VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, FAR Part 19, and the requirements of FAR 36.6 for acquiring Architect-Engineer Services. SF-330 s, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. Part II shall be submitted for each proposed consultant s office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. SF-330s will be evaluated on the following: (1) Past Experience of the prime and proposed consultant firms, and their proposed designers. (2) Specialized Experience and Technical Competence. (3) Capacity to accomplish the work in the required time and ability to adhere to schedules. (4) Past Performance on contracts with respect to cost control, quality of work, and compliance with performance schedules during design and construction phases. (5) Geographical location and knowledge of the locality of the project. Firms that meet the requirements described in this announcement are invited to submit one (1) electronic copy of their SF 330 by 1:00 pm PT September 30, 2022, via email to Denise R. Groves, at denise.groves@va.gov. Questions and/or requests for information (RFI) regarding the solicitation and project shall be directed, in writing, to Denise R. Groves via E-mail at denise.groves@va.gov. Questions/RFIs will be accepted until 4:00 pm PDT September 16, 2022. It is the intent of the Contracting Officer to make a single firm-fixed price contract award under this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e9982b583a341308081f0da13afe8ed/view)
 
Record
SN06442580-F 20220828/220826230121 (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.