Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

C -- Replace Air Handling Units Equipment Throughout San Juan Campus

Notice Date
5/25/2023 11:55:18 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823R0166
 
Response Due
6/26/2023 11:00:00 AM
 
Archive Date
08/25/2023
 
Point of Contact
Ray Santana, Contract Specialist, Phone: (939) 339-1110
 
E-Mail Address
ray.santana@va.gov
(ray.santana@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE AND REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER (AE) QUALIFICATION PACKAGES ONLY. THIS IS NOT A REQUEST FOR A/E FEE PROPOSALS. NO ADDITIONAL SOLICITATION PACKAGE OR TECHNICAL INFORMATION WILL BE ISSUED. All information needed to submit SF330 documents are contained herein. Federal Acquisition Regulations (FAR) subpart 36.6, and Selection of Architects and Engineers Statute (formerly known as Brooks Architect-Engineer Act) selection procedures apply. The AE Services listed herein is being procured in accordance with Selection of Architects and Engineers Statute as implemented in FAR subpart 36.6 and VAAR 836.6. Pursuant to FAR 52.236-25, the firm responding to this requirement must be permitted, by law, to practice the professions of architecture or engineering and meet all required qualifications for the Commonwealth of Puerto Rico. For a SDVOSB to be considered as a prospective contractor, the firm including Joint Ventures, must be verified and registered in the Small Business Administration Veteran Small Business Certification (VetCert) (https://veterans.certify.sba.gov/) and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their SF330s/qualifications. Failure of a prospective SDVOSB to be verified by the VetCert 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 must submit agreements that comply with 13 CFR 125.15 prior to contract award. PROJECT NUMBER: 672-23-112 PROJECT TITLE: Replace Air Handling Units Equipment Throughout San Juan Campus WORK LOCATION: VA CARIBBEAN HEALTHCARE SYSTEM, SAN JUAN, PR 00921. SET-ASIDE: 100% Service-Disabled Veteran Owned Small Business (SDVOSB). NAICS: 541330 Engineer Services and the annual small business size standard is $22.5M. ESTIMATED COMPLETION DATE: 270 calendar days from the Notice to Proceed (NTP) for the construction drawings and specifications. CONSTRUCTION MAGNITUDE: Between $2,000,000 and $5,000,000. POINT OF CONTACT: Ray Santana, Contract Specialist, Email: ray.santana@va.gov SF 330 DATE OF RECEIPT/DUE DATE: Interested firms having the capabilities to perform this work must submit one (1) electronic SF 330 and attachments (if any) no later than (NLT) 3:00 PM Atlantic Standard Time (AST) June 26, 2023. The VA s email system will not allow for file sizes greater than 10MB. If sending multiple emails, please see directions provided further down in this notice. Site Visits will not be arranged during this phase. PROJECT OVERVIEW: This A/E services project will furnish all necessary professional services, equipment, labor, materials, supervision, tools, testing, and specialty services to perform design services for project number 672 23 112, titled Replace Air Handling Units Equipment throughout San Juan Campus at the VA Caribbean Healthcare System (VACHS), located at 10 Casia Street, San Juan Puerto Rico 00921 3201. The A/E Service works include, but is not limited to site investigations, designing, and preparing drawings, phase planning, develop specifications, develop cost estimates, supporting the future construction project during the construction period services. This project is for A/E Design Services for the replacement of 14 Air Handling Units (AHUs) throughout the San Juan Campus (Main Building, CLC and OPA), including their associated fans if applicable. ***PROJECT OVERVIEW END*** A/E FIRM SELECTION: Firms responding to this announcement by submitting a qualifying SF 330, before the closing date and time, will be considered for initial selection evaluation. Following initial evaluation of the SF330s received three or more firms that are considered the most highly qualified to provide the type of services required will be selected for interviews. Selected firms will be notified by email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF330 submissions and direct responses to the selection criteria identified herein. Failure to address all selection criteria will result in a decreased rating. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Selection will be based on the following criteria which are provided with equal importance. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Offeror shall provide at least four (4), similar projects and how well the proposal addresses technical capabilities in design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, equipment resources, and laboratory requirements for the firm and any proposed subcontractors. Specialized experience and technical competence in the type of work required for this project that involves work similar in size, scope and complexity to the work required with emphasis on relevant experience Air Handling Units Equipment. Where appropriate, include an experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 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. Provide documentation of a least three (3) design projects of this nature with references, names, and phone numbers. SPECIFIC EXPERIENCE AND PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES: Provide specific experience and professional qualifications of proposed personnel for assignment to the project and their record of working together as a team. The proposed personnel shall have previous experience in Replace Air Handling Units Equipment at healthcare facilities and provide documentation of a least three (3) design projects of this nature with references, names, and phone numbers. CAPACITY: 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 completing the project, within mandated schedules. RELEVANT PAST PERFORMANCE: Performance similar in nature to the work required for this project on contract with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. A/E shall provide documentation which substantiates similar experience on a minimum of two (2) projects and not more than four (4). Also, experience working in VA medical facilities is preferred, however, previous work on other Governmental, as well as private sector projects, will be considered. Information provided shall include project name and location, general description of work, identification of whether your firm was the lead on the project or the subconsultant, the estimated (or awarded) construction project amount as well as the customer phone number(s) and email addresses. All information should be included with the SF 330 submittal. The Government also reserves the right to evaluate past performance from other sources. LOCATION OF DESIGN FIRM: Location in general geographical area of the project and knowledge of the locality of the project and your knowledge of state/local requirements (e.g., regulations, codes, standards) as it relates to this project. It is expected that your SF 330 submittal will show your knowledge of the locality project and your knowledge of state/local requirements (e.g., regulations, codes, standards) as it relates to this project. Also demonstrate your proximity to the general geographical area enables you to physically show up to the work site within 5 hours, when required. REPUTATION AND STANDING: Provide a narrative of the Firm s reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness to include copies of awards, outstanding merits, recommendations, etc. RECORD OF SIGNIFICANT CLAIMS: Provide a narrative of the Firm s record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specify if the Firm does not have a record of significant claims. LICENSING & CERTIFICATIONS: The project architect-engineer of record shall be licensed to practice in the Commonwealth of Puerto Rico under local law requirements. Submit a copy of Commonwealth of Puerto Rico valid professional Engineer or Architect license of the architect-engineer of record. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located. Identify on SF 330, Part I - Contract-Specific Qualifications, Section D. Organizational Chart of Proposed Team, the designer architect-engineer of record designated for this project. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to ray.santana@va.gov no later than 3:00 PM (AST) on June 26, 2023. Submittals received after the date and time identified will not be considered. 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 10MB. 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 36C24823R0166 - Replace Air Handling Units Equipment Throughout San Juan Campus (1 of 4). All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cover Page with: Solicitation Number Project Title Cage Code Unique Entity ID Tax ID Number The Email address and Phone number (with area code) of the Primary Point of Contact. Signed cover letter Table of Contents SF 330 signed Responses to all the selection criteria. Copy of Current A/E License including a copy of Commonwealth of Puerto Rico valid professional Engineer or Architect license of the architect-engineer of record. Copy of current SBA Veteran Small Business Certification (VetCert). REQUESTS FOR INFORMATION (RFI) ON THIS SOURCES SOUGHT NOTICE: All RFIs shall be submitted to ray.santana@va.gov. Phone inquiries will not be accepted. RFI s must be received no later than June 8, 2023. The firm and/or principals representing the project must be licensed in the Commonwealth of Puerto Rico, IAW State law and must meet all licensing requirements to sign and seal drawings. Examples of information resources are: Gobierno de Puerto Rico Departamento de Estado Puerto Rico Professional Engineering Certificate of Authorization: https://www.ncarb.org/get-licensed/state-licensing-boards/architect-lookup https://estado.pr.gov/en/engineers-and-surveyors/ https://www.estado.pr.gov https://www.ncarb.org/get-licensed/licensing-requirements-tool https://estado.pr.gov/en/architects-and-landscape-architects/ NCARB rules for all States and PR/VI on architectural licensing: https://www.ncarb.org 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. SEE ATTACHED DOCUMENTS FOR THE SOW AND OTHER DOCUMENTS:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/51db9f9e76cb4938adeee3370ebc91a7/view)
 
Place of Performance
Address: VA Caribbean Healthcare System #10 Calle Casia, San Juan 00921-3201
Zip Code: 00921-3201
 
Record
SN06695459-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.