Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2020 SAM #6624
SOURCES SOUGHT

C -- 561-18-903 Correct Seismic Deficiencies Bldg. 8 Boiler Plant

Notice Date
1/16/2020 12:48:25 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0261
 
Response Due
2/17/2020 8:59:59 PM
 
Archive Date
03/18/2020
 
Point of Contact
Ms. Mitchelle Labadymitchelle.labady@va.gov
 
E-Mail Address
mitchelle.labady@va.gov
(mitchelle.labady@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm that specializes in structural engineering (specifically seismic condition) to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 561-18-903 Correct Seismic Deficiencies in Boiler Plant (Bldg. 8) at VA New Jersey Healthcare System 385 Tremont Avenue, East Orange, NJ 07018. This requirement is for the correction of important deficiencies and ensure the building structure as well as the non-structural components and equipment all need seismic conditions are compliant with current codes. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 (Engineering Services) and small business size standard of $16.5 Million. Magnitude of Construction is between $2,000,000 and $5,000,000. This is a 100% Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before March 31, 2020. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications in order to be considered for an award. 52.219-14 Limitations on Subcontracting does apply to SB set-asides. (Jan 2017) ����� (a) This clause does not apply to the unrestricted portion of a partial set-aside. ����� (b) Applicability. This clause applies only to- ���������� (1) Contracts that have been set aside or reserved for small business concerns or 8(a) participants; ���������� (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants; and ���������� (3) Orders set aside for small business or 8(a) participants under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). ����� (c)By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- ���������� (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. ���������� (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. ���������� (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. ���������� (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. SCOPE OF SERVICE REQUIRED On Project No. 561-18-903 Correct Seismic Deficiencies in Boiler Plant (Bldg. 8), the A/E shall perform a complete survey to the existing conditions and provide recommendation to the VA for review; upon approval the A/E will develop designs and prepare the construction document package with bid alternatives that can be readily identified and listed in the procurement documents; the A/E shall provide construction period services and post-construction services. LOCATION VA New Jersey Healthcare System Lyons Campus, 385 Tremont Avenue, East Orange, NJ 07018 COST RANGE Estimated Construction Cost Range: Between $2,000,000 and $5,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: ITEM DATE Receive Notice to Proceed from (NTP) ... .. TBD Deliver 100% Schematic Design ... 30 calendar days from NTP Review 100% Schematic Design 37 calendar days from NTP Deliver 65% Working Drawings 82 calendar days from NTP Review 65% Working Drawings 89 calendar days from NTP Deliver 95% Working Drawings and Construction Documents .. 134 calendar days from NTP Review 95% Working Drawings and Construction Documents .. 141 calendar days from NTP Deliver 100% Working Drawings and Construction Documents 163 calendar days from NTP Review 100% Working Drawings and Construction Documents 170 calendar days from NTP Deliver Final Bid Package 185 calendar days from NTP The A/E shall perform the work required within the limits of the above schedule. Professional architects, engineers and related design disciplines familiar with the work shall be provided, as directed by the Contracting Officer, to attend the VA reviews. Construction: Number of calendar days to complete construction is to be determined by the AE firm after the design is complete. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects 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; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If a CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments point of contact, Attn: Ms. Mitchelle Labady, Contracting Officer, via email at mitchelle.labady@va.gov, prior to the response date. A-Es shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. LOCATION The A/E Firm proximity to the VA NJ HCS East Orange Campus, 385 Tremont Avenue, East Orange, NJ 07018 is an evaluation criterion. This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. SUBMISSION REQUIREMENTS Qualified Small Business firms are required to submit two (2) compact discs (CD s) of the SF 330 (which can be downloaded from www.gsa.gov/forms ) as well as two (2) hardcopies no later than 3:00 PM EDT Monday, February 17, 2020 including Past Performance (CPARS) evaluations or Questionnaires (Attachment 2). All submittals must be sent to the attention of Ms. Mitchelle Labady Contracting Officer Network Contracting Office (NCO) 2 James J. Peters VA Medical Center 130 West Kingsbridge Road, Room 9B-67 Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1. Dun & Bradstreet Number; 2. Tax ID Number; and 3. The e-mail address and phone number of the Primary Point of Contact. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to Mitchelle.Labady@va.gov telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c186b67642944b42b4648c67c9dd0be4/view)
 
Place of Performance
Address: VA New Jersey Healthcare System;385 Tremont Avenue;East Orange, New Jersey 07018, USA
Zip Code: 07018
Country: USA
 
Record
SN05537531-F 20200118/200116230144 (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.