Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2025 SAM #8478
SOLICITATION NOTICE

C -- AE Upgrade A & D Wing Elevators Cx - 583-22-101

Notice Date
2/10/2025 12:05:54 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25025R0060
 
Response Due
2/26/2025 11:00:00 AM
 
Archive Date
04/27/2025
 
Point of Contact
Tiffany Rausch, Contract Specialist
 
E-Mail Address
Tiffan.Rausch@va.gov
(Tiffan.Rausch@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
PURPOSE OF POSTING In accordance with (IAW) Federal Acquisition Regulation (FAR) 36.601-1, the Richard L. Roudebush Veterans Affairs Medical Center is requesting SF 330s from AE firms wishing to be considered for a government contract for the upcoming project: AE Upgrade A&D Wing Elevators 583-22-101 The Commissioning firm shall furnish professional services to be used as a commissioning agent and consultant to the VA on 583-22-101 Upgrade A Wing and D Wing Elevators Project. The Project is to modernize existing A wing Elevators which are suffering from control related issues and modify the elevators to meet current criteria and surpass expected life range. Elevator maintenance is increasing due to age and current increase usage. The Commissioning Firm will be used as a consultant and a subject matter expert to support the Contracting Officer (CO) and Contracting Office Representative (COR) during Construction of the Project. The Commissioning agent shall approve the construction to meet Federal Mandates. The commissioning authority shall verify the performance of the components and systems to ensure all code requirements are met, develop a commissioning plan, inclusion of commissioning or requirements in construction documents, verification of installation and performance of commissioned systems (testing and system monitoring), operation/maintenance manuals and training, acceptance of the elevators as well as signing off on all of them to be used by public, and providing a commissioning report. The work will take place at: Richard L. Roudebush Veterans Affairs Medical Center, 1481 West 10th Street, Indianapolis, IN 46202 North American Industry Classification System (NAICS) Code 541330 is applicable to this posting. This is a set aside to Service Disabled Veteran Owned Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB s) in accordance with Public Law 109-461. Product Service Code (PSC) C1DA is applicable to this posting. APPRAISING FIRM S QUALIFICATIONS IAW with FAR 36.603(b) & (c), to be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330. These qualification statements will be classified with respect to the following: Primary Evaluation Criteria: 1.Proposed Design Team: The qualifications of all individuals which will be used for these services, including the Project Manager, key personnel, and any consultants, will be examined. 2.Specialized Experience: Including technical competence in the type of work required, as well as experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 3.Capacity: Ability for the firm to accomplish the work in the required time. 4.Location and Facilities of Working Offices: The geographic proximity of each firm and knowledge of the facility will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. 5.Past Performance/Reputation: standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. This factor may be used to adjust scoring for any unusual circumstances that may be considered to deter adequate performance by an A/E. 6.Record of significant claims: Any record of claims against the firm due to improper or incomplete architectural and engineering services will be evaluated. 7.Teamwork: Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Secondary Evaluation Criteria: 1.Proposed Design Approach for this Project: The overall proposed design philosophy that the design team will use on this project will be evaluated, along with any anticipated problems associated with this type of design and potential solutions. 2.Project Control/Management Plan: The organization of the proposed design team that will be managing the project during both the design and construction phases and techniques of the proposed design team to control the schedule and costs of this project will both be evaluated. 3.Estimating Effectiveness: A review of the ten (10) most recent projects will be conducted to determine how effective the construction cost estimate provided was to the actual bid costs of those projects. 4.Miscellaneous Capabilities: Many other capabilities of the proposed design team will be evaluated, these criteria will include, but not be limited to: Interior Design, CADD applications used, Value Engineering and Life Cycle Cost Analyses, Environmental and Historic Preservation, CPM and Fast Track Construction. SUBMITTAL INSTRUCTIONS All interested and capable contractors must submit an electronic copy of their SF330s, via email, by the closing time/date of this announcement. No hard/physical copies will be accepted. They must be submitted to the contract specialist at tiffany.rausch@va.gov. SELECTION OF FIRMS The evaluation board will review all the firm s classifications and evaluate them IAW FAR 36.602-(1)(a), VAAR 836.602-170 and VA Acquisition Manual (VAAM) M836.602-1. The evaluation board will recommend at least three (3) most highly qualified firms to the Selection Authority (VAAM M836.602-7101(a)). If approved by the Selection Authority, the evaluation board will move forward with IAW FAR 36.602-3(c)&(d) and M836.7101(b). If the final selection report is approved by the Selection Authority, the Contracting Officer will move forward and conduct negotiations IAW FAR 36.606 and VAAM 836.606. Please send your qualifications statements to the contact referenced on page one. We will accept an electronic version. A firm will not be considered if it s SF 330, Part I is not signed, unless the SF 330, Part I is accompanied with a signed cover letter or a current signed SF 330, Part II. At the time of submission of the SF330, the offeror must represent to the contracting officer that it is a SDVOSB eligible under the VA Acquisition Regulation (VAAR) subpart 819.70 - Office of Acquisition and Logistics (OAL) (va.gov); Small business concern under the North American Industry Classification System (NAICS) code assigned to this acquisition; and Certified SDVOSB listed in the SBA certification database at https://veterans.certify.sba.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/01d66deb6dd24981ab16b44d40cf0c47/view)
 
Place of Performance
Address: Richard L. Roudebush VA Medical Center 1481 West 10th Street, Indianapolis, IN 46202, USA
Zip Code: 46202
Country: USA
 
Record
SN07337762-F 20250212/250210230029 (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.