Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2023 SAM #7901
SOURCES SOUGHT

C -- FY23 A/E Service: Design and drawings Electronic Healthcare Records Management (EHRM) Infrastructure Upgrades Mayaguez CBOC

Notice Date
7/14/2023 1:36:53 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823R0210
 
Archive Date
08/13/2023
 
Point of Contact
Johnny Jones, Contracting Officer, Phone: 813-972-2000 x 2817
 
E-Mail Address
johnny.jones3@va.gov
(johnny.jones3@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice THIS IS A SOURCES SOUGHT NOTICE AND REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER (AE) QUALIFICATION PACKAGES ONLY. THIS IS NOT A REQUEST FOR A/E FEE PROPOSALS. NO SOLICITATION PACKAGE OR TECHNICAL INFORMATION WILL BE ISSUED. All information needed to submit SF330 documents are contained herein. Federal Acquisition Regulations (FAR)subpart 36.6, and Selection of Architects and Engineers Statute (formerly known as Brooks Architect-Engineer Act) selection procedures apply. The AE Services listed herein is being procured in accordance with Selection of Architects and Engineers Statute as implemented in FAR subpart 36.6 and VAAR 836.6. Pursuant to FAR 52.236-25, the firm responding to this requirement must be permitted, by law, to practice the professions of architecture or engineering and meet all required qualifications for the Commonwealth of Puerto Rico. For a SDVOSB to be considered as a prospective contractor, the firm including Joint Ventures, must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) VETBIZ (www.vip.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their SF330s/qualifications. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF330 is submitted shall result in elimination from consideration. All Joint Ventures (JV) must be CVE verified at time of submission and must submit agreements that comply with 13CFR 125.15 prior to contract award. PROJECT: Design and drawings Electronic Healthcare Records Management (EHRM) Infrastructure Upgrades Mayaguez CBOC WORK LOCATION: Mayaguez CBOC 345 Ave Hostos Mayaguez 00680 1507 SET-ASIDE: Small business set-asides (SB). Tiered set-aside evaluation. NAICS: 541330 Engineer Services and the annual small business size standard is $16.5M. Construction Magnitude: $60,000 -$700,000 ESTIMATED COMPLETION DATE: 251 calendar days from the Notice to Proceed (NTP) for the construction drawings and specifications. POINT OF CONTACT: Johnny Jones, Contract Specialist, Email: johnny.jones3@va.gov SF 330 DATE OF RECEIPT/DUE DATE: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) 1:00 PM (AST) August 13, 2023. The VA email system will not allow for file sizes greater than 8MB. If sending multiple emails, please see directions provided further down in this notice. Site Visits will be arranged during this phase. PROJECT OVERVIEW: A-E Part One Services (also known as Design Phase Services) for this design project include site visits, field investigation, studies, and user interviews to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to facilitate a construction project to upgrade the facility infrastructure to support the new Electronic Health Record Modernization (EHRM) system in accordance with VA OEHRM Site Infrastructure Requirements (provided by VHA). The project shall include, but is not limited to, upgrade the electrical infrastructure as necessary including electrical panels, racks PDU s. Also, grounding & bonding, uninterruptible Power Supply (UPS) system and Building Management (BMS) interfaces to manage and monitor remotely UPS. Upgrade the HVAC infrastructure replacing the existing A/C units or adding new ones as necessary in Telecommunications Rooms (TRs) B212, D447 and J925 (not required in entrance room F606) to achieve the require cooling capacity. Also include sensors for BMS interfaces to manage and monitor remotely temperature and humidity by VACHS. Physical Security assessment and upgrades as necessary including doors mechanical spring loaded deadlocking feature (not separate deadbolt lock), PACS associate electronic Personal Identity Verification (PIV) card access device with keypad, electric strike and digital Closed Caption Television (CCTV) color camera routed to and directly controlled by the facility Short Message Service (SMS), and hazardous material abatement. ***PROJECT OVERVIEW END*** I. A/E FIRM SELECTION: Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330 s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. II. SELECTION CRITERIA: Selection will be based on the following criteria which are provided in descending order of importance. 1. PROFESSIONAL QUALIFICATIONS: 1.1. A/E shall provide Team Professional Qualifications of all the key personnel included to work in this project for satisfactory performance of required services for Improve Steam Quality and Condensate Return System involving healthcare facilities. 1.2. Proof of working together as a team (in house and/or consultant(s)). Include an organizational chart. Such personnel must have experience in projects similar to this one. 1.3. Identify on SF 330, Part I - Contract-Specific Qualifications, Section D. Organizational Chart of Proposed Team, the architect-engineer of record designated to this project. 1.4. The project architect or engineer of record must be licensed to practice in the Commonwealth of Puerto Rico under local law requirements. Submit a copy of Commonwealth of Puerto Rico valid professional Engineer or Architect license of the architect-engineer of record. 1.5. The personnel experience list of projects must include project name, location, brief description, and responsibilities. 2. SPECIALIZED EXPERIENCE: 2.1. Offeror shall provide a total of four (4) work experience projects meeting the requirements of this solicitation in performance at any point during the previous five (5) years from the sources sought date or currently ongoing (at least 50% complete) that best represent the Offeror s work experience required on this sources sought. 2.2. Submit a list of the previous projects. The list must include project name, location, brief description, responsibilities, contracting method and Owner (name, valid email and telephone number of POC). 2.3. Offeror is responsible for providing project descriptions in sufficient detail to permit evaluation of project relevancy to this procurement. Projects provided for experience should demonstrate experience designing and managing a project that involves work similar in size, scope and complexity to the work required under this solicitation. Offeror experience shall be submitted using Experience Information Sheet. All fields of the Experience Information Sheet must be completed, and all data must be accurate and current. In this context, Offeror or Offeror s refers to the proposed prime contractor, and all proposed major subcontractor(s). Signed Letters of Commitment from any key subcontractors (to include directed subcontractor) for all work to be performed under this contract. If more than four (4) projects are submitted, only the first four (4) will be evaluated. If the project is older than five (5) years, it may be considered less relevant. Experience provided must be verifiable using the Point of Contact (POC) provided on Experience Information Sheet. It is the offeror s responsibility to ensure the Government will be able to contact the POCs using the contact information listed on the experience form. 2.4. 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. 3. CAPACITY: Capacity to accomplish work in the required time. Firms must address and demonstrate capacity to execute this project, to include the capacity of key personnel available and dedicated to completing the project, within mandated schedules. 4. PAST PERFORMANCE: Past Performance will be evaluated 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. Past Performance will be based on CPARS ratings and other data presented by the offeror or as determined by the Government. Offeror shall provide documentation which substantiates similar experience on a minimum of two (2) projects and not more than four (4). Also, experience working in VA medical facilities is preferred, however, previous work on other Governmental, as well as private sector projects, will be considered. Information provided shall include project name and location, general description of work, identification of whether your firm was the lead on the project or the subconsultant, the estimated (or awarded) construction project amount as well as the customer phone number(s) and email addresses. 5. LOCATION OF DESIGN FIRM: 5.1. Location in general geographical area of the project and knowledge of the locality of the project and your knowledge of state/local requirements (e.g., regulations, codes, standards) as it relates to this project. It is expected that your SF 330 submittal will show your knowledge of the locality project and your knowledge of state/local requirements (e.g., regulations, codes, standards) as it relates to this project. 5.2. Also demonstrate your proximity to the general geographical area enables you to physically show up to the work site within 5 hours, when required. 6. REPUTATION AND STANDING: Provide a narrative of the Firm s reputation and standing including principal officials with respect to professional performance, general management, and cooperativeness (Awards, Outstanding Merits, Recommendations). 7. RECORD OF SIGNIFICANT CLAIMS: Provide a narrative of the Firm s record of significant claims against the firm because of improper or incomplete architectural and engineering services. If no record of significant claims against the firm because of improper or incomplete architectural and engineering services, please specify. III. 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) electronically to johnny.jones3@va.gov no later than 1:00 PM, Atlantic Standard Time (AST) on August 13, 2023. Submittals received after the date and time identified will not be considered. All SF 330 submissions shall be clearly indicated in subject line, displaying the RFP number and project title(abbreviated and shortened is okay), Size limits of emails are limited to 8MB. If more than one email is sent, please number emails in Subject line as 1 of 2, 2 of 2 etc. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cover Page with: Solicitation Number Project Title Cage Code Unique Entity ID Tax ID Number The Email address and Phone number (with area code) of the Primary Point of Contact. Signed cover letter Table of Contents SF 330 signed Responses to all the selection criteria. Copy of Current A/E License including a copy of Commonwealth of Puerto Rico valid professional Engineer or Architect license of the architect-engineer of record. Copy of current VetBiz.gov SDVOSB certification. IV. REQUESTS FOR INFORMATION (RFI) ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to johnny.jones3@va.gov. Phone inquiries will not be accepted. RFI s must be received no later than August 13, 2023. The firm and/or principals representing the project must be licensed in the Commonwealth of Puerto Rico, IAW State law and must meet all licensing requirements to sign and seal drawings. Examples of information resources are: Gobierno de Puerto Rico Departamento de Estado Puerto Rico Professional Engineering Certificate of Authorization: https://www.ncarb.org/get-licensed/state-licensing-boards/architect-lookup https://estado.pr.gov/en/engineers-and-surveyors/https://www.estado.pr.gov https://www.ncarb.org/get-licensed/licensing-requirements-tool https://estado.pr.gov/en/architects-and-landscape-architects/ NCARB rules for all States and PR/VI on architectural licensing: https://www.ncarb.org By responding to the Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74. V. SEE ATTACHED DOCUMENTS FOR THE SOW AND OTHER DOCUMENTS: Attachment 01 - SOW - EHRM Infrastructure upgrades Attachment 02 - Letter of Commitment Key Subcontractors (1 page). Attachment 03 - Experience Information Sheet 3 pages.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/595bff540c1b4a949cbb7b6050907f1a/view)
 
Place of Performance
Address: Mayaguez CBOC 345 Ave Hostos, Mayaguez Puerto Rico 1507
Zip Code: 1507
 
Record
SN06749898-F 20230716/230714230045 (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.