SOURCES SOUGHT
C -- SF330 AE Database RFI
- Notice Date
- 10/2/2020 8:24:13 AM
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24121Q0008
- Response Due
- 9/30/2021 9:00:00 AM
- Archive Date
- 12/29/2021
- Point of Contact
- Diane C. Davis, Contract Specialist, Phone: 207-623-8411
- E-Mail Address
-
diane.davis2@va.gov
(diane.davis2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- INTRODUCTION: � The Department of Veterans Affairs Medical Center (VAMC); Network Contracting Office 1 (NCO1) is requesting qualification statements to maintain current up to date Market Research as suggested in FAR 36.603 for use in evaluating firms� capabilities during source board evaluations for Architectural and Engineering Services at the VA Medical Centers located throughout VISN 1. The VA facilities included but not limited to in this requirement are: (1) VA Maine Healthcare System, Togus, Maine; (2) VA Medical Center, White River Junction, Vermont; (3) VA Medical Center, Manchester, New Hampshire; (4) VA Central Western Massachusetts, Northampton, Massachusetts; (5) Edith Nourse Rogers Veterans Memorial Hospital, Bedford, MA; (6) VA Boston Health Care System, MA, including the Brockton Campus, the Jamaica Plain Campus, and the West Roxbury Campus; (7) VA Medical Center, Providence, RI; (8) VA Connecticut Health Care System, including the West Haven Campus, and the Newington Campus; and any Community Based Outpatient Clinics located within VISN 1; and any other VA facility and/or location within the New England HealthCare System. � CONTRACT INFORMATION: � As a result of this request for A/E qualifications, the NCO1 Market Research Data File will contain the most up-to-date qualification data on firms submitting SF330s. NCO 1 intends to accomplish firm-fixed-price contract from firms selected as a result of the source board process for specific future projects actions. The selected A/E firms shall provide services in accordance with FAR 2.101 definition of ""Architect-Engineer services"" as defined in 40 U.S.C. 1102 and FAR Part 36.6. This Market research is for a Total Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) in accordance with VAAR 852.219-10 for both NAICS Codes 541310 and 541330. Being maintained in the Market Research Data File will require the firm to maintain active registration in System for Award Management (SAM www.beta.sam.gov) and the VETBIZ Vendor Information Pages (VIP www.vip.vetbiz.gov). VETBIZ will be used to determine SDVOSB/VOSB status therefore firms need to be registered with the applicable NAICS Code as 541310 and/or 541330 at the time SF330�s are submitted. The Market Research Data File duration will be 365 calendar days from the date submitted in response to this notice. Requests to update or supplement the SF330 information will be ongoing. The estimated magnitude of construction costs for these potential projects range between $25,000 and $10,000,000. � Prospective firms are reminded to comply with Limitations on Subcontracting, in accordance with FAR 52.219-14 and VAAR 852.219-10. SF330 packages shall address how each firm anticipates meeting these criteria. This request is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation and Subpart 836.6 of the VA Acquisition Regulation. All submissions will be maintained in the NCO1 Market Research Data File available to be evaluated by the A/E Source Boards within NCO1. 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. Firm(s) selected by the Selection Authority will be requested to submit Firm-Fixed-Price Proposals to include labor, overhead, profit, and other costs for the specific project for negotiation by the Contracting Officer prior to contract award. �Such proposals shall be submitted using VA-standard A-E proposal cost breakdown templates. � THIS IS NOT A REQUEST FOR PROPOSAL: � This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued, and no solicitation package or bidder/plan holder list will be issued.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6b9896dbefac415c9f8d0759760aaefc/view)
- Place of Performance
- Address: VISN 1 Facilities (New England), USA
- Country: USA
- Country: USA
- Record
- SN05818115-F 20201004/201002230147 (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 |