Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2023 SAM #8054
SOURCES SOUGHT

C -- 590-24-555 Replace Fire Alarm

Notice Date
12/14/2023 12:12:33 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q0223
 
Response Due
1/5/2024 12:00:00 PM
 
Archive Date
04/04/2024
 
Point of Contact
Robby Ragos, Contracting Officer
 
E-Mail Address
robert.ragos@va.gov
(robert.ragos@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SOURCES SOUGHT: The Hampton, VA VAMC located at 100 Emancipation Dr, Hampton, VA 23667 has a requirement for an A/E Firm Fixed Price contract to design a campus wide fire alarm system. OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Architect/Engineer services to complete the below scope of work. The place of performance will be the hospital campus of the Hampton, VA VAMC in Hampton, Virginia. Forward all questions to the point of contact identified below. This is not a pre-solicitation notice, but the magnitude of construction for this project is currently between $5,000,000 and $10,000,000; but is subject to revision prior to release of a solicitation. SCOPE OF WORK Architect/Engineer (AE): The intent of the project is to design a campus wide fire alarm system to replace the existing obsolete system, including all networked and monitored fire system components (for example: smoke detectors, tamper switches, relays, etc.) The system designed shall be networked, have a central fire alarm control panel in police dispatch, with a secondary main/central fire alarm control panel in the Safety Office, remote or automatic call out capability, and be scalable to add new buildings. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for SDVOSB and/or VOSB firms registered in the SBA Veteran Small Business Certification (VetCert) database, in accordance with priorities set by regulation. NAICS CODE: 541310, Architectural Services (SBA Size Standard: $12.5 million annual revenue) PRODUCT OR SERVICE CODE (PSC): C1DA, Architect and Engineering-Construction: Hospitals and Infirmaries This is not a Request for Proposal: the purpose of this notice is to determine if there are qualified SDVOSB, VOSB and Small Businesses that have the experience for this highly specialized type of work and if such firms are interested in this procurement. Interested firms should indicate their interest no later than 1:00 pm EST on 1/5/2024 via email to Contract Specialist Robert.Ragos@va.gov. Veterans Health Administration, Regional Procurement Office East, Network Contracting Office 6. CONTRACTOR RESPONSIBILITY A potential source, for the purposes of this notice, is considered to be any firm meeting any of the following requirements, with experience in managing architect-engineer contracts. Based on responses to this notice, some of the below requirements may be modified, where necessary, prior to release of any solicitation. 1. Requirements for Registration of Architects or Engineers registered to practice in the professional field involved in a State, the District of Columbia, or an outlying area of the United States shall prepare or review and approve the design of architectural, structural, mechanical, electrical, civil, or other engineering features of the work performs work under the applicable NAICS code. 2. The prime source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation. 3. The prime source is registered in the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.) 4. The prime source has completed submission of the current cycle, for calendar year 2020, VETS-4212 Report at https://www.dol.gov/agencies/vets/programs/vets4212 (for federal contracts in the amount of $150,000.00 or more, performed during the current cycle). 5. The prime source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, including the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS), where applicable. Where performance ratings less than satisfactory have been identified, the circumstances of those ratings may be requested during discussions, or the offeror may be eliminated from the competition. 6. The prime source has no more than three serious, or one repeat, or one willful Occupational Safety and Health Administration (OSHA) or Environmental Protection Agency (EPA) violation(s) in the past 3 years and has an Experience Modification Rate (EMR) of equal to or less than 1.0. INSTRUCTIONS FOR RESPONDING: Interested companies can respond, via email, to Robert.ragos@va.gov, with the following information: (1.) Firm Point of Contact, including name, title, phone number and email address. (2.) Firm name, DUNS number and address of the applicable office. (3.) Summary of architect-engineer contracts previously performed. All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB or SB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB or SB concern. If adequate interest is not received this action will not be a set-aside. Interested firms should reply via e-mail to Robert.Ragos@va.gov. Firms must be registered in the System for Award Management (SAM). Visit SAM.gov to register in SAM. SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) under the size standard for the NAICS.The contracting office welcomes the interest of new entrants to construction projects in VHA New England and especially looks forward to responses of well-qualified small businesses and in particular to the responses of CVE certified SD/VOSB contractors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0738396074d54fbe83a2d86e04832c04/view)
 
Place of Performance
Address: VAMC Hampton Virginia 100 Emancipation Dr, Hampton 23667, USA
Zip Code: 23667
Country: USA
 
Record
SN06913146-F 20231216/231214230100 (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.