Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2024 SAM #8265
SOLICITATION NOTICE

61 -- AE | 586-20-106 | UPGRADE FACILITY ELECTRICAL DISTRIBUTION SYSTEM

Notice Date
7/12/2024 1:37:54 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
36C25624R0047
 
Response Due
8/12/2024 1:00:00 PM
 
Archive Date
10/11/2024
 
Point of Contact
Robert (Dustan) Arabie, Contract Specialist, Phone: 337-244-7254
 
E-Mail Address
robert.arabie@va.gov
(robert.arabie@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
CONTRACT INFORMATION: Architect/Engineering 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 $25.5M. The area of consideration is RESTRICTED to the lower 48 Continental United States, in which either the A/E firm s primary or already established auxiliary/satellite office must be located. In-order to use the address of an already established auxiliary/satellite office, the A/E Firm must have employees of their firm who are currently (before and at the time of SF330 submission) physically located at the auxiliary/satellite office (a home of an employee does not meet the requirement of an auxiliary/satellite office) and are on the A/E s payroll not employees of an actual or proposed subcontractor or on the payroll of an actual or proposed subcontractor. 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 System for Award Management (SAM) database at https://www.sam.gov and the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov as well as have submitted the current cycle VETS-4212. Report per the requirements located at https://www.dol.gov/agencies/vets/programs/vets4212. SDVOSB Requirements: In accordance with VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, a Service-Disabled Veteran-Owned Small Business concern agrees that, in the performance of the contract, it will not pay more than 50 percent of the amount paid by the government to it to firms that are not SBA VetCert listed SDVOSBs. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71(a) the total cost of the architect or engineer services contracted for shall not exceed 6 percent of the estimated cost of the construction project not including any fees for investigative services, special consultant services that are not normally available in organizations or architects or engineers that are not specifically applied to the actual preparation of working drawings or specifications of the project for which the services are required, costs of reproducing drawings and specifications, travel and per diem allowances, etc. 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 AE firm selected to complete the design. The magnitude of construction (not design) of this project is between $2,000,000 and $5,000,000. 2. 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 are listed in below in descending order of importance. (Factors 1, 2, and 3 are the most important and are equal to each other. Factors 4 & 5 are equal to each other and are less important than 1, 2, and 3. Factors 6 & 7 are equal to each other and are the least important. Factors 1 through 7 listed below in descending order of importance. Professional qualifications necessary for satisfactory performance of required services: provide qualified key personnel. Identified key personnel will be those performing tasks under the resulting contract. Provide resumes for key personnel of proposed consultants for all engineering disciplines: mechanical, civil, structural, electrical, data communication, environmental, LEED AP, commissioning, and cost estimating. Demonstrate the teams knowledge, specialized experience, and technical competence with designs for: Electrical Distribution Systems Electrical Control Systems Electrical Load Measuring Renovations to existing healthcare facilities Clearly and thoroughly describe the design team s experience and capacity to accomplish the work in the required contract time while maintaining project schedules and budgets. Indicate the design team s experience and capacity to provide effective cost control and estimating accuracy. Clearly and thoroughly indicate the design team s past performance on contracts with Government agencies and/or private firms in terms of cost control, quality of work, and compliance with performance schedules. (FAR 36.602-1 (a)(4)) Include past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications) (provide no more than seven (7) recent projects.) Provide contact information for each provided reference firm Project Manager and/or VA COR for verification. Location in the general geographical area of the project or clearly demonstrate a plan and the ability to commute and coordinate this project among proposed team members and the VA. SF330 s must indicate a knowledge of the locality of the project and an ability to accurately estimate construction costs in the area. 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. Provide for the use of local firms to the maximum extent practicable. 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. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages and Narrative Information shall be submitted by email only to Robert (Dustan) Arabie at the following email address: robert.arabie@va.gov (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25624R0047. 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. 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 an email copy of the completed SF330 including Parts I and II as described herein to the above email address no later than 3pm local (CST) on Monday August 12, 2024. 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 so please do not wait until the last minute to submit your SF330s Qualification Packages in the event of a firm s email or internet connectivity issues which are not considered to be excusable delays. (c) Interested firms shall address each of the seven (7) Selection Criteria in their SF330 s and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) Evaluation Factors to ten (10) pages total (beyond the SF330s). Any additional Narrative Information past ten (10) pages total will not be considered. Failure to provide Narrative Information to support each of the seven (7) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. 4. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330 s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. See attached document: 586-20-106 AE Statement of Work
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/643005105e3744c7aad3a4833cdbeaa8/view)
 
Place of Performance
Address: Department of Veterans Affairs G.V. Sonny Montgomery VA Medical Center 1500 East Woodrow Wilson Avenue, Jackson, MS 39216, USA
Zip Code: 39216
Country: USA
 
Record
SN07127008-F 20240714/240712230113 (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.