DOCUMENT
C -- DESIGN - REPLACEMENT OF FIRE SPRINKLER AND DRAIN VALVE IN LOWEST LEVEL PROJECT 546-18-108 - Attachment
- Notice Date
- 12/20/2017
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- 36C24818R0230
- Response Due
- 1/19/2018
- Archive Date
- 4/28/2018
- Point of Contact
- John E. Petersen
- E-Mail Address
-
john.petersen1@va.gov
(john.petersen1@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This Presolicitation Notice is Not a Request for Proposal. Vendors Should Not Submit Formal Proposals Until the Request for Proposal (RFP) is Posted to this Website. This is a 100% Service-Disabled, Veteran Owned, Small Business (SDVOSB) set-aside. Prospective Contractors are cautioned that proposal submitted in response to this solicitation must meet the criteria identified by 38CFR, Part 74. The SDVOSB concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. Proposals will only be considered from SDVOSB concerns that are verified in Vetbiz at the time of submission of proposal and prior to date of award in accordance with Public Law 109-461. Any person, persons, or business entity suspected of misrepresenting itself for securing a Government contract may be criminally investigated and prosecuted for fraud against the United States of America. Parties found misrepresenting their status also risk debarment from further Government contracts. For a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a prospective contractor, the firm must be verified and registered in the Department of Veteran Affairs (VA) Office of Small & Disadvantaged Business Utilization (OSDBU) Vendor Information Pages (VIP), VETBIZ (www.vip.vetbiz.gov), and registered in the System for Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications. Failure of a prospective SDVOSB to be verified by the Center for Veterans Enterprise (CVE) at the time the SF 330 is submitted shall result in elimination from consideration. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR §125.15 prior to contract award. The Contractor shall provide all design services, labor, equipment, materials, supervision, and all other resources necessary to provide A/E design services to replace fire sprinkler piping and drain valves in lowest level of building one (1) at the Miami Veterans Affairs (VA) Medical Center in accordance with this presolicitation and statement of tasks (SOT). PROJECT NO./TITLE: 546-18-108/Replace Fire Sprinkler Piping and Drain Valves in Lowest Level of Building One (1) Work Location: Department of Veterans Affairs (VA), Miami FL 33125 Estimated/Target Completion Period: 104 calendar days after Notice to Proceed (NTP). 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) January 19, 2018. Estimated email capacity is limited to five (5) to seven (7) megabyte (Megs). In order to assure compliance with FAR Clauses 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-14(b) (1) Limitations on Subcontracting and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 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 on the concerns employees and in which discipline(s) and percentage(s) of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation. At the time of proposal submission, contractors must have current registration/certification in System for Award Management (SAM) at www.gov and VetBiz at www.vetbiz.gov. Proposals of Contractors not registered/certified in both databases will not be considered for award. NAICS: 541310 Architectural Services and 541330 Engineering Services. Size Standard is $36.5 Million. Federal Acquisition Regulation (FAR) Part 36.6 (Brooks Act) selection procedures apply. The A/E Services listed herein is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation criteria identified in selection criteria below. Firms deemed to be the most highly qualified, after initial source selection, will be chosen for interviews. Firms will be selected based on demonstrated competence and qualifications for the required work as submitted. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future construction contracts based on those documents. Pursuant to FAR, the firm responding to this requirement must be permitted, by law, to practice the profession of architecture or engineering and meet all required qualifications. State of Florida requires a State license for all. Point of Contact: John E. Petersen, Contracting Officer/Specialist; PH:813-631-2821; Email: john.petersen1@va.gov. STATEMENT OF TASKS: See attached statement of tasks/work for further information. 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, firms that are considered the most highly qualified to provide the type of services required will be selected for interviews/discussions/negotiations. Selected firms will be notified by telephone or email of selection and provided further instructions. Selection and evaluation of firms shall be made based on SF 330 submissions and direct responses to the selection criteria identified herein. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and Contracting Officer knowledge of current project performance. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being removed from consideration. All projects identified on the SF330 must be completed by the office/branch/individual team member performing the work under this contract. Selection Criteria: Submission Criteria/Requirements: SF 330s will be evaluated to determine the most highly qualified firm based upon responses to the selection criteria identified below. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. SELECTION CRITERIA: Selection will be based on the following criteria which are numbered in descending order of importance: Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Note: All Architectural Engineering Firms wishing to perform services in the State of FL do require a Florida License no matter whether it s a federal procurement or otherwise. Additionally, if you offer architectural services in a branch office then you must have a Florida licensed architect in the branch office with supervisory control. Provide your information on the SF 330 clearly marked with a copy the Florida license. 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. (Include Government and private Experience) Capacity to accomplish work in the required time. Past performance similar in nature to the work required for this project on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 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 It is expected that your SF330 submittal will show your knowledge of the locality of the project and that your proximity to the general geographical area enables you to physically show up to the work site within 24 hours if required. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The selected A/E should have previous experience in designing Fire Sprinkler Piping Systems or similar type projects for Medical Facilities. The A/E must provide documentation of at least two design projects of similar work within Medical Facilities with references, names, and phone numbers with their SF330. The SF 330 is limited to 100 single sided pages and five (5) to seven (7) megabyte (Megs). Additionally, the submission must include an insert detailing the following information: 1. Copy of current A/E Florida License 2. A copy of the firms VetBiz Registry 3. Provide percentages of the AE services being performed to include all subs/consultants 4. Cage Code 5. Dun & Bradstreet Number 6. Tax ID Number 7. The E mail address and Phone number of the Primary Point of Contact All SF330 submittals and questions must be sent electronically to the attention of John E. Petersen, Contracting Officer at john.petersen1@va.gov. When submitting SF330s, if more than one email is sent, please number emails in Subjects as 1 of n. Submittals received after the date and time identified on page one (1) will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. All information must be included in the SF330.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24818R0230/listing.html)
- Document(s)
- Attachment
- File Name: 36C24818R0230 36C24818R0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3976806&FileName=36C24818R0230-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3976806&FileName=36C24818R0230-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24818R0230 36C24818R0230.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3976806&FileName=36C24818R0230-000.docx)
- Place of Performance
- Address: Miami VA Medical Center;Miami FL
- Zip Code: 33125
- Zip Code: 33125
- Record
- SN04772574-W 20171222/171220231300-e7d74dd651435b842fc8474431bf832f (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 |