DOCUMENT
C -- Design Services - "Replace Fire Pumps" Project No. 573A4-12-602 - Attachment
- Notice Date
- 1/25/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8;SAO East - 8;8875 Hidden River Parkway; Suite 525;Tampa, Florida 33625
- ZIP Code
- 33625
- Solicitation Number
- VA24812I0696
- Response Due
- 2/23/2012
- Archive Date
- 4/23/2012
- Point of Contact
- John E. Petersen
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- "This is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside." Department of Veterans Affairs, North Florida/South Georgia Veterans Health System, VA Medical Center, Lake City, Florida, is soliciting and intends to award a firm fixed price contract for Architect/Engineering services to an A/E for development of complete construction documents (i.e. working drawings, specifications, and reports) and construction period services for Project 573A4-12-602, Replace Fire Pumps. The selected A/E firm will be required to perform all necessary on-site survey work for this project such as verifying record drawings, and existing site conditions. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. This project requires complete design documentation for replacement of fire pumps. This project will remove, and replace the existing fire pumps in building 64 room AB05, and building 82 room B1 to be in compliance with NFPA 20. The selected A/E should have previous experience in the design of fire pumps. The A/E must provide documentation of at least two replacements of fire pump designs with references, names, and phone numbers with the SF330. The selected A/E will also be responsible for coordination with the VA National Acquisition Center in determining fire pump requirements for incorporation into the design. See attached A/E Statement of Tasks for further information. Estimated magnitude for A/E Services for this project is Less than $25,000.00. The NAICS code for this A/E project is 541310. The Estimated magnitude for construction is between $100,000.00 and $250,000.00 This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in CCR (www.ccr.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Therefore, when submitting a bid or proposal, you are certifying your company is eligible to receive an award per this solicitation. Furthermore, while your company may be listed as verified in VA s Vendor Information Pages at www.vetbiz.gov as a SDVOSB, if protested, and based upon the evidence submitted the protest is sustained, therefore determining that your company is ineligible for award as a SDVOSB, your company may be held liable for all reprocurement costs associated with this solicitation. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc) Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the SDVOSB business must be 51% or more owned by one or more service connected veterans (SDVOSB). Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1.) Professional qualifications necessary for satisfactory performance of required service. 2.) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 3.) Capacity to accomplish the work in the required time. 4.) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5.) Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6.) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7.) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8.) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. ADDITIONAL SELECTION CRITERIA: In addition to the selection criteria identified above, the area of consideration for offeror is a 400 mile driving radius between offeror location and the VA Medical Center, Lake City, FL ( Determination of mileage eligibility will be based on www.mapquest.com ) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit (1) electronic copy of Parts I and II no later than 3:00 PM, EST on February 23, 2012. All SF330 submittals must be sent to the attention of john.petersen1@va.gov. All questions are to be sent to the attention of john.petersen1@va.gov. Additionally, the submission must include an insert detailing the following information: 1. Dun & Bradstreet Number 2. Tax ID Number 3. The e-mail address and phone number of the Primary Point of Contact 4. A copy of the firms VetBiz Registry THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. Project is Subject to Availability of Funds. Point of contact is John E. Petersen, Contracting Officer, PH: 813-631-2821; email: john.petersen1@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24812I0696/listing.html)
- Document(s)
- Attachment
- File Name: VA248-12-I-0696 VA248-12-I-0696_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290817&FileName=VA248-12-I-0696-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290817&FileName=VA248-12-I-0696-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-12-I-0696 VA248-12-I-0696_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=290817&FileName=VA248-12-I-0696-000.doc)
- Record
- SN02661028-W 20120127/120125234733-7a380cb1f2840c79f70b7d585f894160 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |