SOURCES SOUGHT
C -- 608-22-113: N69, Remediate & Renovation due to Water Intrusion Design Amendment to provide revised SOW and Floor Plan
- Notice Date
- 2/15/2023 7:30:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q0170
- Response Due
- 3/10/2023 12:00:00 PM
- Archive Date
- 05/09/2023
- Point of Contact
- Sary Nhet, Contract Specialist, Phone: email only please
- E-Mail Address
-
sary.nhet@va.gov
(sary.nhet@va.gov)
- Awardee
- null
- Description
- Amendment to a Previous Combined Solicitation Page 1 of Amendment to a Previous Combined Solicitation Page 6 of 6 Amendment to a Previous Combined Solicitation *= Required Field Amendment to a Previous Combined Solicitation Page 1 of 6 Amendment to provide revised SOW and revised New Layout design and extend the SF330 deadline. SOURCES SOUGHT: The VA Medical Center, 718 Smyth Road, Manchester, NH has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design for Project Number 608-22-113 N69 Remediate and Renovate AE Design. There are several deficiencies in Room N69 that need to be addressed: Remediate and Renovate existing Room N69. Due to Water Intrusion in multiple areas from a) floor deck above (kitchen space above) around floor drains and other penetrations b) and at roof drain line exiting through foundation wall to under access road to storm drain manhole outside. Relocate walls and arrange space to accommodate new Interior Design Storage Room (to be N70). Relocate Room N68 (Soiled Linen). Relocate office from N69 to N69A. Relocate Clean Storage to be N69B Add mechanical room for utilities to support HVAC to rooms N69, N69A,B and N70 as shown in New Floor Plan pdf. New dividing walls made to withstand storage carts moving along wall without damaging wall surface. N69, A, B, mechanical room and new N70 floor will have an epoxy floor as a finish including shot blasting as a preparation. Material must be a Low VOC product suitable for an active medical building environment. SCOPE: The scope of this project consists of Architectural and Engineer (A/E) services required to complete the project. The period of performance (type A and B services) is 70 calendar days and shall begin upon issuance of the Notice to Proceed (NTP) by the Contracting Officer. Type C service is included as an option. It will be exercised once the construction period begins and is expected to last the duration of the construction project. The project is subject to design within limitation, reflecting on the projected construction cost of $250,000. ____________________________________________________________________________ The VA will not be responsible for any costs incurred by interested parties in responding to this announcement. This is a Request for Qualifications: The purpose of this notice is to request SF-330 Qualification statements from qualified SDVOSBs that have the experience directed at the requirements of the Statement of work. This procurement is set-aside 100% for SDVOSB concern. The NAICS code is 541330 and the small business size standard is $25.5 million. Firms must have valid registration in the System for Award Management (SAM). Visit: https://sam.gov/content/home to register in this database. SDVOSB firms must be verified in VetCert under NAICS 541330. Visit: https://veterans.certify.sba.gov/ for more information. RESPONSE: Interested SDVOSB firms must provide their qualifications to the Contracting Specialist no later than 3:00pm on 03/10/2023 via email to Sary.Nhet@va.gov The following information is required as a valid response: A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s UEI Number, Firms address and Contact information. Evidence of your experience in A/E Services for complete design and construction of a project similar to this one, preferably at a Medical facility (please provide contract descriptions, contract dollar amounts and telephone numbers for points of contact no photographs). Qualifications (Adjectival Evaluation Factors): Remediation/Renovation (minimum 3 projects in 10 years) Past Performance (minimum no more than 1 marginal noting in CPARS in the last 3 years) Competency of staff in disciplines (engineering projects, minimum of 3 small/medium [< 1M+/- construction budget] experience in last 10 years) Capacity to accomplish the work in the required time 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. SF-330 Architect- Engineer Qualifications completed for the intent of the project. Evidence that your SDVOSB firm will perform more than 50% of the requirement with a qualified SDVOSB and or VOSB team. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB concern. EVALUATION FACTORS: Adjectival Description Exceptional A comprehensive and thorough presentation of extraordinary merit with one or more significant strengths. Offeror s response is clearly superior. The response is innovative and exceeds requirements. No deficiency or significant weaknesses exists. Good Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist. Acceptable Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. Marginal Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or significant number of deficiencies exist. Unacceptable Fails to meet any of the minimum requirements of the criteria; very low probability of success. Neutral (Applies only to Past Performance) Offeror s performance record, relevant past performance or information on past performance is not available SELECTION PROCESS: The A/E selection will be completed in two stages as follows: In Stage I, interested firms will submit SF-330 Qualification Statements of Capabilities. In Stage II, the A/E team most qualified will be requested to submit a price proposal for negotiations in an issued Request for Proposal. PROJECT INFORMATION: The revised scope of work, revised proposed New Floor Plan, and current Floor Plan are attached to this amendment. See attached document: 608-22-113 AE SOW N69_New Layout_r1. See attached document: Existing Basement Floor Plan. See attached document: N69 new Layout r1.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fde3c7ed45724ea184939fee33234678/view)
- Place of Performance
- Address: Manchester VAMC 718 Smyth Road, Manchester, NH 03104, USA
- Zip Code: 03104
- Country: USA
- Zip Code: 03104
- Record
- SN06592986-F 20230217/230215230118 (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 |