Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2018 FBO #6169
DOCUMENT

C -- 36C24418R0649 CANCELLED | A/E Improve IT Infrastructure 595-18-104 - Attachment

Notice Date
10/12/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
36C24418R0649
 
Archive Date
1/10/2019
 
Point of Contact
Melvin Moore
 
Small Business Set-Aside
N/A
 
Description
This announcement is for the selection of an Architect-Engineer (AE) for the Improve IT Infrastructure Project. The location of the projects will be at the Lebanon Veterans Administration Medical Center, 1700 S. Lincoln Avenue, Lebanon, Pennsylvania. The Government intends to award a Firm Fixed Price Contract. All potential offerors must provide a SF 330 containing all required information listed below. The form format must be the General Services Administration SF 330 found on the website http://www.gsa.gov/portal/forms/download/116486 Forms Library. CONTRACT INFORMATION: The project consists of a qualified AE firm for providing a full set of construction documents for a study of our IT Infrastructure and to: identify areas requiring improvements design the improvements including and providing a full set of construction documents for a project that will improve the IT infrastructure located on the LVAMC campus provide construction period services during the associated construction project All work under this contract shall meet the requirements of the latest versions of the VA Office of Information and Technology Design Guide and associated industry standards including, but not limited to, American National Standards Institute, Electronics Industry Alliance, Telecommunications Industry Association and Building Industry Consulting Service International Telecommunications Distribution Methods Manual. The contract award will incorporate the attached Scope of Work. Expected A-E services listed as: Title I Site Investigation Services, Title I - Design Services, and Title II Construction Period Services with Site Visits. This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Veterans Administration Acquisition Regulation (VAAR) 836.6. Firms will be selected for presentations based on demonstrated competence and qualifications for required work. This contract is set-aside 100% for Service Disabled Veteran Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310. The contract will be awarded as a Firm Fixed Price (FFP) contract. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) electronic CD copy of Parts I and II in the format found at http://www.acgov.org/pwa/documents/sf330.pdf no later than: 1:00 pm on August 31, 2018. All SF330 submittals must be sent to the attention of: Lebanon VA Medical Center Attention: Melvin Moore Contracting Building 99 1700 S. Lincoln Avenue Lebanon, PA 17042 Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of melvin.moore2@va.gov Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet Number Tax ID Number The e-mail address and phone number of the Primary Point of Contact A printed copy of the firms VetBiz Registry In order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting, all firms submitting SF 330 s for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the Prime A-E firm s employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Personal visits by A-E firms, for the purpose of discussing this announcement or the submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Prior to submittal of the SF 330, the selected firm must be registered in System for Award Management (SAM) at www.sam.gov and must also be registered in VetBiz and be verified. SELECTION CRITERIA: The VA will use the following criteria to determine competition when reviewing the SF 330 received. If a submitting firm fails to meet these criteria they will be deemed non-responsive and shall be rated accordingly. Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 will be used. The first two (2) factors (Professional Qualifications to Perform the Services Required and Specialized Experience and Technical Competence) are more important than the other six (6) factors which are listed in descending order of importance. Professional Qualifications necessary for satisfactory performance of required services: This is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Electrical Engineers, and Mechanical Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. Firms should indicate whether these personnel have professional certifications in their particular field, i.e. PE in Mechanical Engineering. Specialized Experience and Technical Competence in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. The project involves repairing/replacing IT Infrastructure equipment that will improve the IT infrastructure of the Lebanon Campus. Major elements of work include, but are not limited to: conducting a survey to identify areas that require fiber optic lines to be upgraded, expanding fiber optic capacity by installing additional lines, identifying dead cabling for demolition, expanding cabling capacity by installing additional conduit and cable trays, cooling for IT closets, upgrading and adding UPSs (Uninterruptible Power Supply), renovating the FITs (Facilities Information Technology System) building, Bldg 136, to improve area usage and a 1000 square foot addition to Bldg 136. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. NOTE: Ensure that projects listed were completed by the firm as the prime contractor and not as a subcontractor or projects completed by key personnel while employed by another firm Past performance on contracts with Government agencies (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. The following definitions apply: Relevant: Past/Present performance efforts involve the magnitude of effort and complexities which are essentially what this contract requires. Not Relevant: Past/Present performance efforts involve none or significantly less magnitude of effort and complexities which are essentially what this contract requires. Currency: For the purposes of this contract, currency is performance occurring within the last seven years from the posting of the contract synopsis. Projects which are not current shall not be evaluated. Capacity to accomplish the work in the required time: this factor evaluates the ability of the A-E firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. Location in the general geographic area of the project and knowledge of the locality of the project: This factor evaluates the distance from the A-E firms design office from the location of work (Lebanon VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. NOTE: Distance shall be measured from the Lebanon VA Medical Center, Lebanon, PA Reputation and standing of the firm and its principle officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. See attached document: SOW Improve IT Infrastructure AE 595-18-104. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418R0649/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418R0649 36C24418R0649_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4631407&FileName=36C24418R0649-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4631407&FileName=36C24418R0649-007.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05122441-W 20181014/181012230532-f26ed877b69df1e76c00a927dd61704e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.