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
SOLICITATION NOTICE

C -- 589A7-24-400, Replace Fire Alarm Infrastructure System (VA-24-00012299)

Notice Date
11/27/2023 1:07:17 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25524R0016
 
Response Due
12/6/2023 12:00:00 PM
 
Archive Date
03/05/2024
 
Point of Contact
Sean P Jackson, Contract Specialist, Phone: 913-946-1126
 
E-Mail Address
Sean.Jackson@va.gov
(Sean.Jackson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Synopsis: Request for Architectural and Engineer SF330 submission. Solicitation: 36C25524R0016 FCA Replace Fire Alarm Infrastructure SF330 REQUEST INFORMATION FOR PROJECT 589A7-24-400: This AE Services requirement is being procured in accordance with the Brooks Act (Public Law 0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work per the evaluation factors listed below. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAM 836.6 implemented in FAR Subpart 36.6. This is not a request for proposal (RFP) and an award will not be made with this announcement. This announcement is a request for SF330 s from qualified contractors who meet the professional requirements listed herein. The selection criteria for this acquisition will be in accordance with FAR 36 and are listed below in descending order of importance. 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. The contract is anticipated to be awarded by December 24, 2023. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope is available. Any request for assistance with submission or other procedural matters shall be submitted via email only to Sean.Jackson@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541330 Architect/Engineer Services with a small business size standard of $25.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 365 calendar days after the Notice to Proceed has been issued including time for VA reviews. The AE firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF THE OFFEROR SHALL BE ACCOMPLISHED BEFORE REVIEW OF SF 330. THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. ONLY ARCHITECT-ENGINEER BUSINESSES INC COMPLIANCE WITH VAAR 852.219-10 ARE ELIGIBLE. ONLY A/E FIRMS VERIFIED AND LISTED IN THE SBA VENDOR INFORMATION PAGES DATABASE, (Veteran Small Business Certification (sba.gov), SHALL BE CONSIDERED. FIRMS NOT VERIFIED AT THE TIME OF RECEIPT OF THE SF 330 IN THE SBA VETERAN SMALL BUSINESS CERTIFICATION PROGRAM SHALL BE CONSIDERED NON-RESPONSIVE AND SHALL BE EXCLUDED FROM FURTHER CONSIDERATION. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at https://sam.gov/content/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors shall be actively registered in SAM prior to submitting their qualifications package. Any firm not actively registered in SAM by the date of receipt of the SF 330 shall be considered non-responsive and shall be excluded from further consideration. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/content/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) A-E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486. Must include in Part I Section H an organizational chart of the firm (excludes consultants), and information pertaining to a design quality management plan. Submission information incorporated by reference shall not be considered. All submissions shall be made electronically. Packages which are hand delivered or delivered via surface mail or any other method other than electronically shall not be reviewed. Completed package shall be delivered electronically on or before December 6, 2023 at 2:00PM Central Time to: Sean.Jackson@va.gov. Hard copies shall not be accepted. The email subject line shall clearly identify the SF330 request number: 36C25524R0016 and Project 589A7-24-400 FCA Replace Fire Alarm Infrastructure System. The size of the pdf document must be below 10 MG or the VA email will error out and reject the application. It is the contractor s responsibility to ensure that the application is received. Only one email will be accepted from each firm (contractor). EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF 330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages exclusive of table of contents, title page, and divider pages. Each side of a piece of paper is considered to be one page (i.e. Two pages to a single sheet of paper). Blank pages are not included in the count. SF330 submission packages which exceed 50 pages will be considered non-responsive and shall be excluded from further consideration. The only exclusions to the 50 page limit as listed in the request for SF330 are: table of contents, title page, and divider pages. Title page shall not exceed more than one (1) page. Table of contents shall only contain the information necessary to define the contents of the document. Divider pages may contain a maximum of one (1) line of description. Responses must reference 36C25524R0016 and Project 589A7-24-400 FCA Replace Fire Alarm Infrastructure System. Prospective firms are required to address all selection criteria within submitted SF 330 packages and the information contained herein. Qualifications (SF330) submitted by each firm for 36C25524R0016 and Project 589A7-24-400 FCA Replace Fire Alarm Infrastructure System will be reviewed and evaluated based on the following evaluation criteria listed below: EVALUATION FACTORS FOR SF330 REVIEW SUBMITTED FOR PROJECT 589A7-24-400 REPLACE FIRE ALARM SYSTEM Professional Qualifications: The qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. AE firms shall have professional architects, engineers, and consultants who are licensed in the United States of America. Current and valid license information must be provided. The evaluation shall consider the specific experience (minimum of five years) and qualifications (i.e., education, training, and experience relevant to a project of this size and scope) of personnel proposed for assignment to the project. Key positions and disciplines for this project which will be evaluated include, but are not limited to: Fire Protection Engineer Electrical Engineer Project Manager Lead (Supervisory) Architect/Designer Plumbing Engineer Mechanical Engineer Quality Assurance Healthcare Planner Environmental Engineer Industrial Hygienist Cost Estimator Structural Engineer Physical Security Specialists Commissioning Agent Key positions are listed in descending order of importance and will be evaluated the same. A/E firms are required to develop their own team based upon their understanding of the project requirements and not solely upon the previous list. Specialized Experience and Technical Competence: A/E firms must have specific experience and technical skill in the type and scope of work required for successful design of fire alarm systems for a hospital or medical center of the same size and scope as this project. Work on an active facility which operates 24 hours a day and 7 days a week may be substituted but may not be scored as highly. Additionally, experience with renovations and new construction at existing medical facilities (or similarly active facilities), including, where appropriate, renovating of occupied space for energy conservation, pollution prevention, waste reduction, and the use of recovered materials will be considered. Experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team must be presented for evaluation. Submissions shall include no more and no less than one (1) and no more than three (3) recent and relevant Government and private experience projects similar in size scope and complexity, and experience with the type of projects/competence above. Relevant is defined as those task requirements identified in the project description. Recent is defined as design and construction period for projects that are both design and construction complete within the past 5 (five) years. Each project shall include the following: Project title, contract number, location and detailed narrative describing the scope of services provided including the type of work performed by the offeror and its role in the project i.e. prime contract, Teaming Partner or subcontractor Project Owner, owner s point of contact including telephone number and email address. Services & Deliverables provided under the contract/task order. Period of Performance, including start and completion dates. Total dollar value of the project for both the award cost and final (completed) cost. Federal, State, or private enterprise contract? The evaluation will also consider narratives addressing the following topics in Section H. Simply re-stating this list in Section H will not be sufficient. The narrative of how the firm addresses each of these will be evaluated. The management approaches. The coordination of disciplines and subcontractors Quality control procedures, and Familiarity with VA Design Guides/Manuals, Master Specifications and other applicable Federal, State, and Local standards. Capacity: The evaluation will consider the firm s ability to meet the schedule of the overall project, as well as the available capacity of key disciplines to perform the work in the required time. Provide the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. Past performance: Provide past performance on contracts with Government agencies and private industry in terms of project cost control, quality of work, and compliance with performance schedules. Information presented must clearly demonstrate the construction cost limit, A/E created cost estimate, and final awarded cost of the project. Past performance will be evaluated for all projects provided in Section F. The Contractor Performance Assessment Rating System (CPARS) database will be reviewed to evaluate the projects that have a CPARS entry. CPARS are not required to be submitted with the SF330 submission. The contract number for the project must be submitted with each project in Section F so CPARS can be reviewed in the database. For any project that does NOT have CPARS data available, a Past Performance Questionnaire (PPQ) may be submitted with the SF330. The PPQ should be rated and signed by the evaluator. In the event that a firm does not receive a requested complete PPQ from an evaluator prior to the time for submission, the firm shall submit the partially completed PPQ with Section 1 and the Evaluator Information in Section 2 completed. Ensure a POC is listed with the project title/contract number. The VA will make reasonable attempts to contact the POC upon submission for PPQ completion. Evaluations may also include additional performance related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. The Government reserves the right to contact any POC listed on a CPARS report or PPQ. Evaluations will consider ratings on projects which are design and construction complete in the last three (3) years, information regarding principal officials with respect to professional performance, general management, and cooperativeness. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. If appropriate, the record of significant claims against the firm because of improper or incomplete architectural and engineering services may be evaluated. Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Market research indicates that at least 3 qualified firms exist within a 500-mile radius of the Wichita VA Medical Center located at 5500 E. Kellogg, Wichita, Kansas 67218. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms located within a 500 mile radius of the Robert J. Dole Veterans Affairs Medical Center (VAMC) in Wichita, Kansas. Architectural Prime Contractors whose primary (i.e. headquarters, primary corporate office, main office) physical business address is within a 500 mile radius from the Wichita VA Medical Center located at 5500 E. Kellogg, Wichita Kansas 67218 and resides within the borders of the United States of America will receive a higher score on evaluations. Architectural Prime Contractors whose primary physical business address is outside a 500-mile radius from the Wichita VA Medical Center located at 5500 E. Kellogg, Wichita Kansas 67218 and resides within the borders of the United States of America will receive a lesser score on evaluations. Architectural Prime Contractors are required to verify the primary physical business address (described above) as part of the SF330 response. If the information cannot be verified as required, the SF330 will be found to be nonresponsive and will not receive further consideration. SF 330 submissions from companies located outside the borders of the United States of America shall not be considered. Claims and Terminations: Any record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. PROJECT TITLE/NUMBER: FCA Replace Fire Alarm Infrastructure System Project 589A7-24-400 DESIGN TIMEFRAME: A/E shall deliver final specifications, drawings, and construction documents NLT 365 calendar days after the Notice to Proceed (NTP) Letter. CONSTRUCTION BUDGET/DESIGN RANGE: Between $5,000,000 and $10,000,000.�DEVELOPMENT (as applicable to project): ü Design Manual Reference PG-18-10 ü Design and Construction Procedures, PG-18-3 ü A/E Submission Instructions, PG-18-15, Minor and NRM Projects, Vol C ü Standard Details. Program Guide, PG-18-4 ü Equipment Guide List PG-18-5 ü Equipment Guide List Index ü Space Planning Criteria, PG-18-9 ü VA-Space and Equipment Planning System (VA-SEPS) ü Architectural Accessibility and VA Barrier Free Design Standards PG-18-13 ü Asbestos Abatement Design Manual ü VA Signage Design Guide ü Master Construction Specifications, Program Guide-18-1 ü VA Design Alerts ü VHA Fire Protection Design Manual ü VHA National BIM/CAD Standards ü Physical Security and Resiliency Design Manual for Mission Critical Facilities ü Whole Building Commissioning Process Manual ü VA Sustainable Design Manual ü Design Guide Templates for Critical Telecommunications Spaces ü 00 VA OEHRM Site Infrastructure Requirements ü National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, Department of Veterans Affairs etc.) Note: Above documents can be found at the following website: http://www.cfm.va.gov/TIL/ SCOPE OF DESIGN/CONSTRUCTION PROJECT: A/E shall be required to provide all technical and engineering disciplines as needed to meet project requirements as outlined. It will consist of, but is not limited to, architectural engineering, civil engineering, mechanical engineering, structural engineering, electrical engineering, and fire protection engineering. The A/E shall specifically include a fire protection and safety review, as well as a fire protection engineer. A/E shall design for a new addressable fire alarm system. Current system meets current codes. However, the current 24 hour monitoring of FA head end from the Boiler plant and the existing campus fire alarm system has reached end of production. The current fire alarm system contains a multitude of splices, unreachable j-boxes, and damaged wiring. The raceways and boxes serving the system are full. A full fire alarm system site investigation for a design and construction project is needed to determine the extent of the wiring and splicing issues in order to repair and replace as necessary. Project shall specifically address FCA 46721, FCA 46837, and FCA 47519. Fire Alarm system to be located in the same location as existing. The new Fire Alarm system will come with all necessary ancillary equipment to be in service. The AE shall design for the install of the system and ancillary equipment necessary for a fully functional fire alarm system.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e3bb6aa0b6ab48969dd4fd91f411c125/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06894307-F 20231129/231127230042 (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.