Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

C -- AMENDMENT 002 | 36C25623R0129_EXPAND STANDBY POWER

Notice Date
9/21/2023 2:23:58 PM
 
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
36C25623R0129_EXPAND_STANDBY_POWER
 
Response Due
9/29/2023 12:00:00 PM
 
Archive Date
10/14/2023
 
Point of Contact
Madeline Allison, Phone: 7137911414
 
E-Mail Address
madeline.allison@va.gov
(madeline.allison@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
21 Sept 2023- Amendment 002-� The purpose of this amendment is to update an answer on the RFI and add the Past Performance Questionaire (PPQ) under attachments.� RFI:� Question:� 1- Ques: Would you like CPARs or PPQs for the 5 recent projects we will supply under Past Performance. If so, will they be included in the page count? Revised Ans: We are accepting both CPARS or the PPQ for the 5 recent projects in reference to our past performance request. No the CPARS or the PPQ is not included in the page count. For the PPQ- ensure it is provided to the Contract Specialist (CS) via email (madeline.allison@va.gov) as stated in the attachment NLT 02 October 2023. See PPQ document under attachments.�All other information remain unchanged. �*****************************************************************************************************� � � � � � � � � � � � � � � � � �� 05 Sept 2023- Amendment 001- The purpose of this amendment is to answer questions from the RFI and to add the updated Physical Security Design Manual as referenced in question #4 of the RFI. The answers to the RFI questions will be posted as an attachment titled "" 36C25623R0129_564-21-502_RFI'S. The updated Physical Security Design Manual can also be found under attachments. Additionally Site plan was added under attachments. All other information remain unchanged. ************************************************************************************ � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � SF330's INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 564-21-502, Expand Standby Power at Veterans Health Care System of the Ozarks (VHSO) located in Fayetteville, Arkansas. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via SAM.GOV. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated AIE design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6. �DESCRIPTION: VHSO is located at 1100 N. College Ave., Fayetteville, Arkansas. This project will ��provide a new 2000 kW Medium Voltage Standby Generator with associated electrical modifications and auxiliaries to provide the Fayetteville Campus with 100% standby power capable of powering the whole campus in the event of a total loss of power. This generator set and all associated auxiliaries must be fully redundant to the existing 1500 kW Standby Generator. The new generator must have the capability of automatically starting upon loss of utility power and must have the capability of automatically synchronizing with the existing 1500 kW Standby Generator at the Veterans Health Care System of the Ozarks (VHSO).The A/E shall prepare all the design documents in conformation with, but not limited to, all applicable Federal, State, and local codes, rules, regulations and requirements as well as the Department of Veterans Affairs (VA) publications including but not limited to, the latest versions the VA Master Construction Specifications, http://www.cfm.va.gov/til/spec.asp �, VA Design Guides, Manuals and Alerts, http://www.cfm.va.qov/til/dManual.asp, http:// ww.cfm.va.qov/til/alertDesiqn.asp to include Construction standards, ASHRAE 90.1 and NFPA. VA Standard construction specifications, Master Format 2022 must be utilized for preparation of project specifications. Design Period of Performance: 270 Calendar Days Construction Period Services Period of Performance will be determined by the AE during design. Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $2M and $5M NAICS Code: 541330 Size Standard: $25.5 Million VETCert & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a � �� ��SDVOSB eligible firm. �Small business concern under the North American Industry Classification System (NAICS) code ����assigned to the acquisition; and �SDVOSB listed as verified in VIP at: https://veterans.certify.sba.gov. ������������� Additionally, all eligible firms must be registered and current in the System for Award �������������������������������������� Management (SAM) database in order to be evaluated and eligible for contract award. If the firm ������������� is not registered in SAM, you may register online at https://www.sam.qov. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1 and VAAR 836.602-1: Professional qualifications necessary for the satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all applicable disciplines: architectural, electrical, data communication, civil, structural, environmental, commissioning, and cost estimating. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of Veteran Administration (VA) design standards, technical manuals, and specifications) and provide no more than five (5) recent projects. Capacity to accomplish the work in the required time, maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. 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 are included in the statement of work for AE services. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 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. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least (3) three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under VAAR 836.602-1 , Selection Criteria. Negotiations will then begin with the most preferred firm. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: ""The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. � SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: ����� �One (1) electronic pdf copy via email to madeline.allison@va.gov: ����������������������������� Size limitation is I0MB. All SF330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25623R0129. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330's shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. The Contract Specialist will reply to the sender once the submission is received. It is the A/E's responsibility to ensure the SF330 submission is received by the due date and time. The SF330s are due on September 29, 2023, at 2:00 pm CT. � Acceptable electronic formats (software) for submission of SF330 packages: Files readable using the current Adobe Portable Document Format (PDF). Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots ��per inch, or greater. SF330s shall be provided on standard letter size 8-1/2 by 1 1-inch paper, limited to a maximum of 50, single-sided, single-spaced, and numbered pages. If more than 50 single-sided pages are submitted, all pages after 50 pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger. ������������ Please note that we can no longer accept .zip files due to increasing security concerns. NO FAX RESPONSE WILL BE ACCEPTED: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to madeline.allison@va.gov. QUESTIONS/RFI: All RFI�s are due to this office not later than (NLT) 2:00 pm CT on 01 September 2023 by 2:00pm CT. Once all questions have been received a final amendment will be posted NLT 08 September 2023 to capture all remaining questions VA PRIMARY POINT OF CONTACT: Madeline Allison, Contract Specialist Email: madeline.allison@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9eb8a4e7166445b38ee2bf95f84defdc/view)
 
Place of Performance
Address: Fayetteville, AR 72703, USA
Zip Code: 72703
Country: USA
 
Record
SN06840426-F 20230923/230921230528 (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.