Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2023 SAM #7945
SOLICITATION NOTICE

C -- AE Proj 520-23-103 Modify Emergency Generator Systems Bldgs 15 and 28 Biloxi

Notice Date
8/27/2023 8:41:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623R0102
 
Response Due
9/28/2023 12:00:00 PM
 
Archive Date
01/05/2024
 
Point of Contact
Keara Gibson, Contract Specialist, Phone: 228-354-7576
 
E-Mail Address
keara.gibson@va.gov
(keara.gibson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C25623R0102 Page 2 of 2 1. Contract Information: Architects and Engineers (A/E) Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $22.5M. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the SBA.Gov https://veterans.certify.sba.gov/# search as well as have submitted the current cycle VETS-4212 (formerly called VETS-100) Report per the requirements located at https://www.dol.gov/vets/vets4212.htm. Failure of a proposed SDVOSB to be certified by the Small Business Association (SBA) VET CERT at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. SDVOSB Requirements: In accordance with VAAR 852.219-73 VA Notice of Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71 the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified A/E firm selected to complete the design. The magnitude of construction (not design) of this project is between $1,000,000 and $2,000,000. SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. FACTORS (Factors 1 & 2 are the most important (and are equal) and Factors 3 - 11 are in descending order of importance) Professional Qualifications, experience, and technical competence of the firm are necessary for satisfactory performance of required services to include specific experience and qualifications (i.e. education, training, registration, certifications, overall relevant experience, and longevity with the firm) of personnel proposed for assignment to the project, and their record of working together as a team. Include any joint venture or associations. Provide resumes of key team members. Past Performance. Contractor Performance Assessment Reporting System reports will be pulled for consideration in past performance evaluation. In addition, past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Provide information concerning superior performance ratings on recently (last 5 years from date of qualification submission for this project) completed VA projects (equivalent medical/hospital facility) as well as the reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Provide information concerning any claims against the firm because of improper or incomplete architectural and engineering services. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Provide a minimum of five (5) similar projects to include technical capabilities in design quality management procedures, Building Information Modeling, Computer-Aided Design and Drafting, equipment resources, and laboratory requirements for the firm and any proposed subcontractors. In addition, provide information concerning the effectiveness of the proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships). Overall Government and Private Industry Project History - Provide general past project history. Provide references. Indicate proposal team members who were involved on these projects. Knowledge of V.A. design standards, technical manuals and specifications. Provide past projects completed with the VA. Provide references. Indicate proposal team members who were involved on these projects. Professional capacity of the firm to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. Estimating Effectiveness. A good comparison of estimate to final bid on at least 10 recent projects. Provide resumes and past performance information for key estimating team members. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Post-award construction 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. Identification of, and commit to, the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2022). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted via email: Keara.gibson@va.gov (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25623R0102 The SF 330 may be downloaded from www.gsa.gov/forms. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please. (b) Firms that meet the requirements listed in this announcement are invited to submit via email to Keara.gibson@va.gov ONLY. A copy of the completed SF 330 including Parts I and II as described herein, to the above email address no later than 2:00 P.M. (CST) on Monday, September 18, 2023. FAX OR MAILED SUBMISSIONS WILL NOT BE ACCEPTED. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above. (c) Interested firms shall address each of the seven (11) Selection Criteria in their SF 330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all eleven (11) Evaluation Factors to eleven (11) pages total (beyond the SF330s. Any additional Narrative Information past eleven (11) pages total will not be considered. Failure to provide Narrative Information to support each of the eleven (11) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50acc14d83e243869dd150fc4ba7b34f/view)
 
Place of Performance
Address: Station 520 (Biloxi) Gulf Coast Veterans Health Care System 400 Veterans Avenue, Biloxi 39531
Zip Code: 39531
 
Record
SN06808444-F 20230829/230827230046 (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.