Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2019 FBO #6361
SOURCES SOUGHT

C -- NRM (PROJ: 516-19-103) A/E - Correct Facility Condition Assessment Deficiencies - Structural

Notice Date
4/22/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 222, Bldg. 24;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
36C24819R0117
 
Response Due
5/23/2019
 
Archive Date
7/22/2019
 
Point of Contact
chris.lashure@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE AND REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER (A/E) QUALIFICATION PACKAGES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This request is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside. All information needed to submit SF330 Documents is contained herein. No solicitation package, technical information, or bidder/plan holder list will be issued. Federal Acquisition Regulations (FAR) 36.6 (Brooks Act) Selection Procedures Apply. The A/E Sources listed herein is being procured in accordance with Brooks Act (Public Law 92-582) as implemented in FAR 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with (IAW) the evaluation criteria identified in paragraph 3 (three) Selection Criteria. Firms deemed to be the most highly qualified, after initial source selection, will be chosen for interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. For a SDVOSB to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP) VETBIZ (www.vip.vetbiz.gov) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their SF330s. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF330 is submitted shall result in elimination from consideration. All Joint Ventures (JV) must be CVE verified at time of submission and submit an agreement that comply with 13CFR 125.15 prior to contract award. In order to assure compliance with FAR Clauses 52.219-27 Notice of Service Disabled Veteran Owned Small Business Set-Aside, 52.219-14(b)(1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside, all firms submitting a SF330 for this Source Sought Notice are required to indicate what percentage of the cost of contract performance are to be expended on the concerns employees and in which discipline(s) and percentage of cost of contract percentage to be expended (and in what disciplines) by any other consultant/subcontracted or otherwise used small or large business entity(s). Any consultant, subcontractor, or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation process. The North American Industrial Classification System (NAICS) for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The future project s construction estimate is between $2,000,000 and $5,000,000. The anticipated award date of the construction phase of the project is unknown. The anticipated award date of the proposed A/E contract for design is on or before July 1, 2019. PROJECT OVERVIEW General: A/E shall provide evaluation, design, construction documents, and construction/post construction period services for Project 516-19-103 Correct FCA Deficiencies - Structural. A/E shall complete the following in accordance with professional standard practices and VA standards to provide the design and administration services. 1) Project Scope: Provide all labor, materials, tools and equipment, and administration services necessary for design, construction, and administration of a project described here and in other specific tasks as further defined by this request for proposal (RFP). The design shall be completed within 180 days. This work will include but not be limited to: 1. Bldg. 17: Provide design for a new aluminum or steel canopy that meets lateral and uplift codes. (FCA #322710) 2. Bldg. 13: Provide an analysis of loading dock canopy and provide design to bring existing canopy up to current lateral and uplift codes. (FCA #322708) 3. Bldg. 12: Provide design for a new aluminum or steel canopy that meets lateral and uplift codes. (FCA #322704) 4. Bldg. 19: Provide design for a new aluminum or steel canopy that meets lateral and uplift codes. (FCA #320194) 5. Bldg. 100: Provide a study for exposed concrete showing spalling and design repair solution. (FCA #307785) 6. Bldg. 24: Provide analysis of concrete piles that are spalling and design a repair solution. (FCA #217653) 2) A/E FIRM SELECTION Firms responding to this announcement by submitting a qualifying SF 330, before closing date and time will be considered for initial selection evaluation. Following initial evaluation of SF 330s received firms that are considered the mostly highly qualified to provide the type of services required; will be selected for interviews/discussions/negotiations. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer (CO) knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects identified on the SF 330 must be completed by the office/branch/individual team member performing the work under this contract. 3) SELECTION CRITERIA: Selection will be based on the following criteria which are provided in descending order of importance: Professional qualifications necessary for satisfactory performance of required services and working together as a team (in house and/or consultant(s)). The firm, and A/E on staff, representing the project and signing/stamping drawings in each discipline must be licensed to practice in the State of Florida under Florida State Law requirements. Provide Professional License numbers and or proof of License. Provide a balanced licensed workforce to include, but not limited to, the following disciplines. Architectural/Structural Safety and Fire Protection Engineer (SFPE) as Certified Independent Third Party (CITP). Project Management Mechanical Electrical Civil Environmental Specialized experience and technical competence in the type of work required, including, where appropriate, experience in utility design, pollution prevention, waste reduction, environmental impact reduction and geologic work inclusive of private and government experience and the ability to produce quality designs as evidenced by a Quality Assurance/Quality Control program, production of Life Safety/Fire Protection plans, Logistics and/or VA Hospital environment, phasing, cost estimating effectiveness, i.e., on-time/within budget, and compliance with established VA Construction Program Requirements located at http://www.cfm.va.gov/til/spec.asp. Specific experience and qualifications of personnel proposal for assignment to the project and their record of working together as a team. Capacity to accomplish work in the required time. Firms must address and demonstrate capacity to execute this project, to include the capacity of key personnel available and dedicated to complete the project, within mandated schedules. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past Performance will be based on CPARS/ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on past performance from the previous five (5) years. Location in general geographical area of the project and Knowledge of the locality of the project; (It is expected that your SF 330 submittal will show your knowledge of the locality project). SDVOSB firms desiring consideration must have a working office (corporate HQ/branch office) located within 250 miles from the VA Medical Center, Bay Pines, FL. (Determination of mileage eligibility will be based on www.mapquest.com). Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (Awards, Outstanding Merits, Recommendations). Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The selected A/E should have previous experience in the design of structural deficiencies on healthcare facility and provide documentation of a least two (2) design projects of this nature with references, names and phone numbers with their SF330. 4) SUBMISSION CRITERIA/REQUIREMENTS Interested firms having the capability to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to chris.lashure@va.gov no later than 2:00 PM, Eastern on May 23, 2019. All SF 330 submissions shall be clearly indicated in subject line, displaying the RFP number and project title (abbreviated and shortened is okay), Size limits of emails are limited to 5MB. If more than one email is sent, please number emails in Subject line as 1 of 2, 2 of 2 etc. Example: SF 330 Submission, 36C24819R0117 Correct Facility Condition Assessment Deficiencies Structural at the C.W. Bill Young VA Medical Center, Bay Pines, FL. SF 330 submissions received after May 23, 2019 will not be considered and will be handled IAW FAR 15.208(b). All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cage Code Dun & Bradstreet Number Tax ID Number The Email address and Phone number of the Primary Point of Contact. REQUESTS FOR INFORMATION (RFI) ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to chris.lashure@va.gov. Phone inquiries will not be accepted. RFI s must be received no later than, 2:00 PM Eastern on May 7, 2019. The firm and/or principals representing the project must be licensed in the State of Florida IAW State law and must meet all licensing requirements to sign and seal drawings. Examples of information resources are: http://www.myfloridalicense.com/dppr/pro/division/servicesthatrequirealicense_architect.html Florida Professional Engineering Certificate of Authorization http://www.fbpe.org/licensure/application-process/certificate-of-authorization-ca NCARB rules for all States and PR/VI on architectural licensing By responding to the Notice, you are acknowledging that your company meets the status requirements as a SDVOSB concern, as established by 38 CFR Part 74. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/36C24819R0117/listing.html)
 
Place of Performance
Address: CW Bill Young VAMC;10000 Bay Pines Blvd;Bay Pines, FL
Zip Code: 33744
Country: USA
 
Record
SN05288828-F 20190424/190422230021 (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.