Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2024 SAM #8300
SPECIAL NOTICE

C -- 402-24-111 Boiler Plant Controls Upgrade

Notice Date
8/16/2024 4:40:53 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124R0094
 
Response Due
9/16/2024 1:00:00 PM
 
Archive Date
12/24/2024
 
Point of Contact
Alexandru Sava, Contract Specialist, Phone: (203) 932-5711 ext 12229
 
E-Mail Address
alexandru.sava@va.gov
(alexandru.sava@va.gov)
 
Awardee
null
 
Description
Special Notice Special Notice Page 9 of 9 Special Notice Special Notice Page 1 of 9 SPECIAL NOTICE FOR QUALIFICATIONS (SF-330) 402-24-111 A/E Boiler Plant Controls Upgrade NAICS Code: 541330 Engineering Services (Small Business size standard $25.5 million dollars) A. INTRODUCTION: The VA Medical Center Togus in Augusta, ME has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design Services to prepare drawings, specifications, and cost estimates for all facets of work and disciplines/trades to upgrade boiler plant controls located on Togus campus. This project consists of installing new boiler plant controls at each of the three Cleaver Brooks boilers, main controls, control center controls, including gauges, valves, or any other associated equipment. The Design Phase is comprised of Type A and B which will include concept and design. Type C services will be an option to support the construction phase of this work. Period of Performance for A/E Type A and B services is 120 calendar days. Type C services will be issued as an option, which will include Construction Support Services (CPS) through the construction phase of this work. See attached Statement of Work for complete details. B. CONTRACT INFORMATION: The Togus VA Medical Center (VAMC) located in Augusta, ME has a requirement for a Firm Fixed Price contract to provide all professional engineering services associated with project 402-24-111 A/E Boiler Plant Controls Upgrade at the Togus VAMC, 1 VA Center, Augusta, ME 04330. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project. This acquisition is a Total Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) in accordance with VAAR 852.219-73 with NAICS Code 541330. Any subsequent award will require the firm to be registered in System for Award Management (SAM) at www.sam.gov and the SBA Veteran Small Business Certification (VetCert) (https://veterans.certify.sba.gov/). VetCert will be used to determine SDVOSB Status, therefore, firms need to be registered with the applicable NAICS Code of 541330 at the time SF330 s are submitted. Prospective firms are reminded they must certify that in accordance with VAAR 852.219-73 - VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jan 2023)(DEVIATION) and VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern or similarly situated concerns. Any work that a similarly situated VetCert-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. SF330 packages shall address how each firm anticipates meeting these criteria. This requirement is in accordance with the Selection of Architects and Engineers as implemented in Subpart 36.6 of the Federal Acquisition Regulation, Subpart 836.6 of the VA Acquisition Regulation, and Subpart M836.602-1 of the VA Acquisition Manual. All submissions will be evaluated in accordance with the evaluation criteria. A ""short list"" of the three most highly rated after initial source selection will be chosen for negotiations of a contract award. 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. Respondents are put on notice that firm(s) selected by the Selection Authority will be required to submit a Fixed Price Rate Proposal on the VA Form 6298 to include labor, overhead, profit, and other costs for this project for negotiation by the Contracting Officer prior to contract award. The negotiated agreement will be incorporated into the resulting contract. C. 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. D. PROJECT INFORMATION: The Contractor shall provide Architect/Engineer (A/E) services to design a construction project at the VA Maine Health Care System (Togus) in accordance with this design scope of work associated with project 402-24-111 A/E Boiler Plant Controls Upgrade. This scope is comprised of Type A, B and C services which will include concept, design, and support through the construction phase of this work. Type C services will be issued as an option, which will include CPS during the construction phase of this work. E. EVALUATION SELECTION CRITERIA: Each respondent s SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The selection criteria, in descending order of importance will be as follows: 1. Specialized Experience and Technical Competence in the type of work required 2. Past Performance 3. Professional Qualifications 4. Experience with CPS 5. Capacity 6. Extent and commitment to use SDVOSBs, VOSBs, and other SBs 7. Knowledge of Geographic location SELECTION CRITERIA DESCRIPTIONS: The selection criteria descriptions (1 through 7) are provided below. 1. Specialized Experience and Technical Competence in the type of work required: The A/E firm shall demonstrate recent specialized experience and technical competence in projects for health care facilities (to include joint ventures), including, recent experience in landscape architectural design. This factor evaluates the amount of experience the A/E firm has in evaluating similar types of boiler plant control upgrades and evaluating their technical competence in this type of project. Submitting firms shall provide a detailed narrative of up to five (5) (maximum) and no less than three (3) (minimum) relevant projects completed within the last five (5) years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the team s experience with projects of similar size and scope to those to be performed under this contract. Additional consideration will be given to firms who have finished designs in the geographical area. Only the first five (5) projects submitted will be evaluated. 2. Past Performance: The A/E firm shall submit a minimum of three and maximum of five (5) past performance evaluations on recent projects relevant to the one being procured under this notice. The provided evaluations should correlate with projects submitted in previous section. If a CPARS is not available for a referenced project, a statement indicating so should be submitted. Firms will be evaluated for past performance on recent and relevant contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, professional performance, general management, cooperativeness, quality of work, compliance with performance/design schedules, customer satisfaction, management, and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recency is defined as performance occurring within five (5) years of the date of this Notice, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Notice. Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract. Respondents with no previous past performance shall so state when addressing the selection criteria. Documentation supplied should detail firms ability to work with government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For Non-Federal contracts, provide facility owner documentation of the firms performance issued on that contract. If known documentation exists, so state. Provide accessible owner points of contact: name, title, address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/recommendation as desired. 3. Professional Qualifications Necessary for Satisfactory Performance of Required Services: The A/E firm will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Firms are expected to demonstrate experience to perform a project such as this within a VA Medical Center or hospital environment. Firms shall provide brief resumes of proposed team members who will specifically serve as the project managers and designers of record, as well as of other relevant team members or subcontractor team members who will perform technical tasks under this contract. Subcontractor team member resumes shall indicate their record of working together with the prime contractor. Personnel must be professionally registered in their discipline, and this must be shown on their resume. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience in their technical field relevant to this contract scope. 4. Experience in Construction Period Services: Respondents must provide one (1) recent project from those given under Factor 1, Specialized experience, and provide a narrative on how the A/E incorporated the following into their project: Professional field inspections during the construction period Review of construction submittals Support in answering requests for information during the construction period Support of construction contract changes to include drafting statements of work and cost estimates 5. Capacity to accomplish work in required time: This factor evaluates ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the design project in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office; indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; and any impact that may have on taking on a new project with the scope seen in this requirement. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and if that workload would adversely impact a new project with a scope such as the one presented for this project, then demonstrate how the firm intends to increase its workload capacity to complete this project. 6. Extent and Commitment to use SDVOSBs, VOSBs, and other SBs: Respondents must provide a narrative on how they will commit to the use of Service-Disabled Veteran-Owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Prospective firms are reminded they must certify in accordance with VAAR 852.219-75, VA Notice of Limitations on Subcontracting-Certificate of Compliance for Services and Construction. 7. Knowledge of geographic location: The A/E Firm must have a general knowledge of the locality of the project, to include knowledge of certain local conditions or project site features, such as geographical features, climate, local construction methods, construction firms and trades labor availability and local laws and regulations. G. QUESTIONS AND COMMENTS: a. Questions and comments regarding this notice must be submitted by email only to the Contract Specialist, Alexandru Sava at Alexandru.Sava@va.gov. b. Oral questions will not be answered. c. The deadline for questions is August 30, 2024 at 4:00PM EST. H. SF 330 SUBMITTAL PACKAGE PAGE INSTRUCTIONS: a. SF 330 submittal packages shall be submitted no later than 4:00PM EST on September 15, 2024. Responders must ensure the SF 330 submittal packages, any revisions, and modifications are submitted by this time. b. Qualified A/E firms are required to submit ONE (1) electronic copy via email to Alexandru.Sava@va.gov. If file size exceeds 7MB then firms are required to send multiple emails with a sequence stating, Email 1 of __ . SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF c. Submission of information incorporated by reference is not allowed. d. Prospective firms shall address all selection criteria factors within their submitted SF 330 package. e. Submissions are limited to 65 pages. i. Absolutely no photographs shall be submitted. ii. Title pages and tables of contents, if applicable, are excluded from the page count limitation. iii. Pages submitted in excess of the limitations specified in this Notice will not be evaluated by NCO 1. f. Telephone or Fax inquiries will not be accepted. I. SF 330 PACKAGE CONTENTS: a. The SF 330 submittal packages shall consist of a completed SF 330, specific information addressing each of the seven selection criteria described in this Notice. b. Respondents are required to meet all requirements in addition to those identified as selection criteria. c. SF 330 submittal packages not consistent with the requirements and selection criteria of this Notice may be determined unacceptable and removed from consideration. d. Any SF 330 submittal package, modification, or revision, that is received after the exact time specified for receipt is late and will not be considered unless it is received before award is made, the contracting officer determines that accepting the late submittal would not unduly delay the acquisition; and there is acceptable evidence to establish that it was received at NCO 1 installation designated for receipt of submittal packages and was under NCO 1 s control prior to the time set for receipt of submittal packages; or it was the only submittal package received. J. SF 330 PACKAGE PREPARATION: a. Qualified A/E firms are required to submit ONE (1) electronic copy via email to Alexandru.Sava@va.gov. SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. b. Electronic copy shall be in searchable PDF format of the SF 330. c. A cover sheet should be included, clearly marked with the Respondent's name, complete address with 9-digit zip code, phone number, e-mail address, Unique Entity Identifier, date of response, title and Notice identification. d. Information not provided elsewhere in the SF 330 submittal package shall not be incorporated by reference. e. A table of contents shall be provided for ready reference to sections and figures. f. SF 330 submittal packages shall be consistent with the following structure and formatted accordingly: SF 330 PART I CONTRACT SPECIFIC QUALIFICATIONS 1. Sections A through D 2. Section E 3. Section F 4. Section G 5. Section H 6. Section I 7. Other additional information and attachments SF 330 PART II GENERAL QUALIFICATIONS (Note: Respondents shall clearly label additional information and attachments). K. FAR and VAAR: The FAR and VAAR citations referenced in this Special Notice can be accessed via the following internet links: FAR https://www.acquisition.gov/ VAAR https://www.va.gov/oal/library/vaar/index.asp VAAM https://www.va.gov/oal/library/vaam/ END OF SPECIAL NOTICE Disclaimer - Not all attachments from SOW needed for completing the SF 330.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a1517dcbbf04e718cd230ac4bbd776e/view)
 
Record
SN07173496-F 20240818/240816230109 (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.