Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2020 SAM #6838
SOURCES SOUGHT

C -- 537-21-113 Remodel Blood Draw Bldg 11B

Notice Date
8/17/2020 9:48:21 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0780
 
Response Due
8/31/2020 3:00:00 PM
 
Archive Date
11/29/2020
 
Point of Contact
Peter (John) Roskowski, Contracting Officer, Phone: 224-610-3670
 
E-Mail Address
peter.roskowski@va.gov
(peter.roskowski@va.gov)
 
Awardee
null
 
Description
REQUEST FOR SF330 1. 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 537-21-113: Remodel Blood Draw, Bldg. 11B at the Jesse Brown VA Medical Center in Chicago, IL 60612. 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), FAR Part 36.6, VA Acquisition Regulation 836.6, and VAAM M836.6. 2. MILEAGE RESTRICTION: in accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 500-mile radius, within the U.S., of Jesse Brown VA Medical Center which is located at 820 S. Damen Ave., Chicago, IL 60612. The 500-mile restriction will be verified by using the website https://www.freemaptools.com and verifying the distance from the prime AE firm s primary or satellite office location, from which most of the design services will be performed, to the Jesse Brown VA Medical Center campus. 3. 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 537-21-113: Remodel Blood Draw Bldg 11B: The Architect/Engineer (A/E) shall provide Professional Services for the design of remodeling for a fully functional upgrade to the existing Blood Draw Area. During Design Period Services the goals of this project is to deliver Schematic Design and Design Development for the existing Blood Draw area including corrections to AHU S-3 that services 1st 4th floors. This project does not include construction documents and construction phase services. Some, but not all, of the emphasis of this project is: patient flow options, HVAC improvements, recording the existing conditions, and construction phasing. Construction Period Services are also required. Please see Statement of Work (SOW) for complete information. A post award meeting between the Jesse Brown VA Medical Center and key A/E team members shall be conducted to review project objectives, scope, deliverables, communications, site access, schedule and responsibilities. All services provided in the A/E shall meet current local, state, VA, ADA, NFPA, JCAHO and Life safety codes and directives. The awarded A/E firm shall produce design documents for use in the bidding and construction by a qualified contractor. Period of Performance: 406 Calendar Days Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction: between $1,000,000 and $2,000,000 NAICS Code: 541330 Size Standard: $16.5 Million 4. 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 (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) 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. 5. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance in accordance with FAR 36.602-1 and VAAM M836.602-1: (a) Professional qualifications necessary for satisfactory performance of required services; (b) 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; (c) Capacity to accomplish the work in the required time; (d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (e) Location in the general geographical area of the project and knowledge of the locality of the project, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (f) Whenever post-award construction services will be required of the AE firm, potential contractors will be evaluated on 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 AE services; (g) 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. PLEASE 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. 6. SELECTION PROCESS: in accordance with FAR 36.6 and VAAM M836.6, 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. 7. 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. 8. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy via email: a. Send to peter.roskowski@va.gov; b. Size limitation is 20MB; The SF330s are due on August 31, 2020 at 5:00 PM (Central Standard Time). Acceptable electronic formats (software) for submission of SF330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) 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; (d) 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. 9. 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 e-mail to peter.roskowski@va.gov 10. VA Primary Point of Contact: - Peter (John) Roskowski - Contracting Officer - Email: peter.roskowski@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cbc2dd41751b4fa39878643b6c567825/view)
 
Place of Performance
Address: Jesse Brown VA Medical Center 820 S. Damen Avenue, Chicago, IL 60612, USA
Zip Code: 60612
Country: USA
 
Record
SN05762182-F 20200819/200817230212 (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.