Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SPECIAL NOTICE

C -- A/E Design: Dietetics Upgrades Phase 2 - 689-23-110 VA West Haven Campus of VACHS

Notice Date
11/27/2023 8:01:42 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123R0156
 
Response Due
1/8/2024 1:00:00 PM
 
Archive Date
04/16/2024
 
Point of Contact
Jodi Ruggiero, Contracting Officer, Phone: Contract Specialist, Fax: Matthew Stone
 
E-Mail Address
Judith.Ruggiero@va.gov
(Judith.Ruggiero@va.gov)
 
Awardee
null
 
Description
SPECIAL NOTICE FOR QUALIFICATIONS (SF-330) NAICS Code: 541330 Engineering Services (Small Business size standard $25.5 million dollars) INTRODUCTION: The VA Connecticut Healthcare System, VA Medical Center Newington located in West Haven, CT has a requirement for a Firm-Fixed-Price contract to provide professional Architect/Engineer (A-E) Design Services to develop complete drawings, specifications, cost estimates, and construction period services for Project Number 689-23-110 Dietetics Upgrade Phase 2. Please reference attached Statement of Work for complete details. CONTRACT INFORMATION: The Magnitude of Construction in accordance with FAR 36.204 is between $1,000,000 and $5,000,000. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-10 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM www.sam.gov) and the SBA VetCert Page (Veteran contracting assistance programs (sba.gov). SDVOSB/VOSB firms need to be registered with the applicable NAICS Code of 541330 at the time SF330s are submitted and remain active throughout the procurement process. Prospective firms are reminded they must certify that in accordance with VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, in the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not SBA VetCert-listed SDVOSBs as set forth in 852.219-10. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart M836.602-1 of the VA Acquisition Manual. All submissions will be evaluated in accordance with the evaluation criteria. A ""short list"" of the three to four most highly rated firms after initial source selection will be chosen for discussions through interview presentations, format to be determined by the Contracting Officer. The most highly rated firm at the conclusion of the interview process will be invited to submit a proposal in anticipation of a contract award. 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 because of this announcement. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal on the VA Form 6298 to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract. THIS IS NOT A REQUEST FOR PROPOSAL This Special Notice is only a request for the SF330 Form. This is not a Request for Proposal (RFP). Veterans Affairs (VA) is not requesting price or cost information at this time. Any price or cost information will not be accepted, considered, or evaluated. EVALUATION SELECTION CRITERIA: Pursuant to FAR 36.602, each respondent s SF 330 submittal package will be evaluated in the following seven (7) Selection Evaluation Criteria: The selection criteria, in descending order of importance will be as follows: (1) Professional Qualifications necessary for the satisfactory performance of required A-E services; (2) Specialized Experience and Technical Competence in the type of A-E work required; (3) Capacity to accomplish the A-E work in the required and allotted amount of time; (4) Past Performance on contracts with Government agencies and private industry; (5) Location in the General Geographic Area and Locality Knowledge of the project; (6) Construction Period Services Experience; and (7) Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors: The seven (7) Selection Evaluation Criteria are further discussed in Section E of this Special Notice for Qualifications. SELECTION CRITERIA DESCRIPTIONS: The seven (7) Selection Evaluation Criteria are discussed further in this section and are set forth below. Professional Qualifications The Engineering firm will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel as is normally expected of a company actively providing the required services and shall have demonstrated experience to perform a project such as this within a VA Medical Center or hospital environment. Firms shall provide brief resumes of proposed team members who will specifically serve as the project managers and designers of record, as well as of other relevant team members or subcontractor team members who will perform technical tasks under this contract. Subcontractor team member resumes shall indicate their record of working together with the prime contractor. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline, and this must be shown on their resume. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience in their technical field relevant to this project scope. Specialized Experience and Technical Competence Provide a detailed narrative that contains no more than three (3) relevant A-E Design Services projects performed and completed within the last five (5) years. The three (3) A-E Design Services projects selected by the A-E Firm should best illustrate the relevant team experience similar in the scope and the nature of the at-issue project. Said narrative that comprises of the three (3) most relevant A-E Design Services projects should indicate Government experience or private sector experience similar in size, scope, and complexity. These three (3) most relevant projects selected by the A-E Firm for this detailed narrative must entail the A-E Firm s ability to successfully execute the requirements identified in the attached Statement of Work. Include within this Specialized Experience and Technical Competence section similar A-E Design Services projects to the at-issue project, which have been previously performed and completed by the A-E Firm. Similar A-E Design Services projects would constitute any project with the following performance components: Expertise in assessing their client s kitchen & food service needs Proposing solutions that meet their client s needs and budget Assisting in implementing their proposed system solutions Experience designing a commercial kitchen space in an aging hospitals 30 years or older Experience integrating existing systems (mechanical, electrical, plumb & fire safety) with new ones Analyzing the replacement of aging commercial appliances and aging distribution systems with new up-to-date equipment and technology Testing and auditing existing equipment Modifying and upgrading current electrical service to support new equipment in a hospital setting Identifying, testing, and removing/abating any hazardous substances within any area impacted by this project. The same three (3) projects should be addressed for the information requested in Paragraphs (a) and (b). Therefore, no more than three (3) total projects are being requested to complete Paragraphs (a) and (b) of this Specialized Experience and Technical Competence section. Include within this Specialized Experience and Technical Competence section any knowledge of similar projects previously performed and completed by the A-E Firm in a hospital setting that required the following components: Mechanical Engineering Electrical Engineering Fire Protection Engineering Computer Network and Communications Systems Building Commissioning Industrial Hygienist Capacity The Engineering Firm shall show current and projected workload within the firm overall and for the specific team members. Documentation supplied shall support that the firm has the capacity to accomplish the work in the required time. A signed statement shall be provided stating that the firm acknowledges that prior to award of the contract, they are required to notify the Government of any changes in their capacity that could limit their ability to perform the work within the required time. Past Performance The Engineering firm shall submit a minimum of three and maximum of five (5) past performance evaluations on recent projects relevant to the one being procured under this notice. Firms will be evaluated for past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, professional performance, general management, cooperativeness, quality of work, compliance with performance schedule and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recency is defined as performance occurring within five (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 type of project anticipated under the resultant contract. Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (Engineering Services) issued for government contracts (as applicable). For Non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/recommendation as desired. If there is no CPARS data available, Past Performance Questionnaires (PPQs) will be accepted. Please utilize the attached PPQ document. NOTE:  We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. Geographic Location and Locality Knowledge The Engineering Firm must demonstrate that it has general knowledge of the locality of the project, location in the general geographical area of the project and knowledge of the locality to include specific knowledge of certain local conditions or project site features such as: geological features climate conditions local construction methods construction firms and trades labor availability permit requirements local laws and regulations Location of the firm is measured by the driving distance between the Offeror s principal business location and the VA CTHCS Newington Campus, 555 Willard Avenue, Newington, CT. Construction Period Services Experience Respondents must provide one recent project and provide a narrative on how the Engineering firm incorporated the following into their project: Professional field inspections during the construction period Review of construction submittals Support in answering requests for information during the construction period Support of construction contract changes to include drafting statements of work and cost estimates. Any project provided in addition to the one will not be evaluated as part of this criteria. Commitment to the use of SDVOSB, VOSB, and other Small Businesses as Subcontractors Respondents must provide a narrative on how they will commit to the use of Service-Disabled Veteran-Owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Prospective firms are reminded they must certify in accordance with VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction. This certification shall be included in any resultant contract. F. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only with the subject line to read RFI SF330 for Project 689-23-110 to the Contracting Officer Jodi Ruggiero at judith.ruggiero@va.gov AND the Contracting Specialist Matthew Stone at matthew.stone1@va.gov by Wednesday, December 13, 2023 at 4:00PM EST. b. Oral questions will not be answered. G. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages, including Past Performance Questionnaires, shall be submitted no later than 4:00PM EST on Monday, January 08, 2024. Respondents are responsible for ensuring SF 330 submittal packages, any revisions, and modifications are submitted by this time. b. Qualified A-E firms are required to submit ONE (1) electronic copy via email, subject line to read SF330 for Project 689-23-110 Dietetics Upgrade Phase 2 to judith.ruggiero@va.gov and matthew.stone1@va.gov. If file size exceeds 7MB then firms are required to send multiple emails with a sequence stating email 1 of __. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF c. Submission of information incorporated by reference is not allowed. d. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. e. Submissions are limited to 85 pages. i. Absolutely no photographs shall be submitted. ii. Title pages and tables of contents, if applicable, are excluded from the page count limitation. iii. Pages submitted more than the limitations specified in this Notice will not be evaluated by NCO 1. f. Telephone or Fax inquiries will not be accepted. H. SF330 PACKAGE CONTENTS: a. The SF330 submittal packages shall consist of a completed SF330 parts I and II, specific information addressing each of the seven selection criteria described in this Notice; the additional information required by this Notice and past performance questionnaire section A. b. Respondents are required to meet all requirements in addition to those identified as selection criteria. c. SF330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. d. Any SF330 submittal package, modification, or revision, that is received at the designated NCO 1 office after the exact time specified for receipt is late and will not be considered unless it is received before award is made, the contracting officer determines that accepting the late submittal would not unduly delay the acquisition; and There is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. I. SF 330 PACKAGE PREPARATION: a. Qualified A-E firms are required to submit ONE (1) electronic copy via email SF330 for Project 689-23-110 Dietetics Upgrade Phase 2 to judith.ruggiero@va.gov and matthew.stone1@va.gov. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. b. The electronic copy shall be in searchable PDF format of the SF330 parts I and II, and additional information requested by this Notice. c. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9-digit zip code, phone number, e-mail address, DUNs and/or UEI number, date of response, title, and Notice identification. d. Information not provided elsewhere in the SF330 submittal package shall not be incorporated by reference. e. A table of contents shall be provided for ready reference to sections and figures. f. SF330 submittal packages shall be consistent with the following structure and formatted accordingly. SF330 PART I CONTRACT SPECIFIC QUALIFICATIONS 1. Sections A through D 2. Section E 3. Section F 4. Section G 5. Section H 6. Section I 7. Other additional information and attachments SF330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). J. FAR, VAAR, and VAAM: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following internet links: FAR https://www.acquisition.gov/ VAAR https://www.va.gov/oal/library/vaar/index.asp VAAM https://www.va.gov/oal/library/vaam/ END OF SPECIAL NOTICE
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2cfa51b7af0249909e9be01cfc96c2e9/view)
 
Record
SN06894226-F 20231129/231127230041 (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.