Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2020 SAM #6786
SOLICITATION NOTICE

C -- Project Name: A/E PIV Card Access Project #: 537-19-125

Notice Date
6/26/2020 1:59:27 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0639
 
Response Due
7/10/2020 8:59:00 PM
 
Archive Date
10/08/2020
 
Point of Contact
joshua.jackson4@va.gov, Joshua Jackson, Phone: 414-844-4800
 
E-Mail Address
joshua.jackson4@va.gov
(joshua.jackson4@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 5 of 5 INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 537-19-125, Personal Identity Verification (PIV) Card Access system, at the Jesse Brown VA Medical Center located in Chicago, Illinois. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via beta.SAM.gov. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR part 36. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, and VA Acquisition Regulation (VAAR) 836.6. MILEAGE RESTRICTION: This request for SF330s holds no mileage restrictions within the borders of the United States of America. DESCRIPTION: The Jesse Brown VA Medical Center consists of a 200-bed acute care facility and four community-based outpatient clinics (CBOCs). The Jesse Brown VA Medical Center provides care to approximately 62,000 enrolled veterans who reside in the City of Chicago and Cook County, Illinois, and in four counties in northwestern Indiana. The medical center admits more than 8,000 inpatients and more than 500,000 outpatient visits annually. For Project Number 537-19-125, PIV Card Access, the Architect/Engineer shall provide professional services for the design of a fully functional PIV Card Access system at Jesse Brown VA Medical Center in Chicago, IL. Additionally, provide construction period services for PIV Card Access. The awarded A/E firm shall produce design documents for use in the bidding and construction by a qualified contractor. Anticipated Period of Performance: 350 Calendar Days Contract Type: Firm-Fixed-Price Estimated Cost of Construction: Between $1,000,000 and $5,000,000 NAICS Code: 541330 Engineering Services Size Standard: $16.5 Million VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a: SDVOSB eligible firm; Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.gov. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. EVALUATION FACTORS: selection criteria will be based on the following factors in accordance with FAR 36.602-1 and VAAR 836.602-1: Professional qualifications necessary for satisfactory performance of required services; Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Capacity to accomplish the work in the required time; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Acceptability under other appropriate evaluation criteria. NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will then begin with the most preferred firm. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: One (1) electronic pdf copy via eCMS Vendor Portal: See attachments for procedures; ii. Size limitation is 10MB; The SF330s are due on July 10, 2020 at 23:59 PM Eastern Standard Time. Acceptable electronic formats (software) for submission of SF330 packages: Files readable using the current Adobe Portable Document Format (PDF); Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger; Please note that we can no longer accept .zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP , type in SF330 in the Find a Form block and click on search. NO FAX OR EMAIL RESPONSES WILL BE ACCEPTED: personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by email to Joshua.jackson4@va.gov. VA PRIMARY POINT OF CONTACT: Joshua Jackson Contract Specialist Email: Joshua.jackson4@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4165b73c58084f8b9cbb29936941e5d5/view)
 
Place of Performance
Address: Jesse Brown VA Medical Clinic 820 S. Damen Avenue Chicago, IL 60612, USA
Zip Code: 60612
Country: USA
 
Record
SN05704402-F 20200628/200626230147 (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.