SOLICITATION NOTICE
C -- Project Name: Upgrade AHU S10C Damen Bldg 1 Project Number: 537-18-142
- Notice Date
- 8/7/2020 9:00:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25220Q0763
- Response Due
- 8/14/2020 11:00:00 AM
- Archive Date
- 11/12/2020
- Point of Contact
- joshua.jackson4@va.gov, Joshua Jackson, Phone: 414-844-4800
- E-Mail Address
-
joshua.jackson4@va.gov
(joshua.jackson4@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a request for Standard Form 330, not a Request for Proposal (RFP). Department of Veterans Affairs Network Contract Office (NCO)12 intends on utilizing FAR Part 36.602-5 Short Selection Process for Contracts Not to Exceed the Simplified Acquisition Process for the following design project: Jesse Brown VA Medical Center, 820 S. Damen Avenue, Chicago, IL 60612: 537-18-142 Replace S10C, NAICS Code 541330 Size Standard $16.5m VA is requesting the provision of professional architectural and engineering design services for the above listed projects. Scope of work may include the field verification of existing conditions, preparation of schematic designs, space plans, construction documents, specifications, cost estimates, review of shop drawings & sample submittals, site visits and preparation of punch lists etc. for final acceptance, and construction period services. The area of consideration is restricted to firms located within a 200-mile radius of the facility. This requirement is a 100% set aside for Center for Verification and Excellence (CVE) verified Service Disabled Veteran Owned Small Business (SDVOSB). In accordance with VAAR 819.7003 (b), at the time of submission of offers/quotes, and prior to award of any contracts, the offeror must represent to the CO that it is a (1) SDVOSB eligible under VAAR Subpart 819.70; (2) Small business concern under the NAICS code assigned to this acquisition; and (3) SDVOSB listed as verified in VIP database at: https://www.vip.vetbiz.gov. All interested parties must be registered and current in the System for Award Management (SAM) database. The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10: Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. The AE firm must be able to perform 50% of the cost of the contract performance, which shall be performed by the employees of the firm. Selection criteria will be based on: (1) Professional qualifications necessary for satisfactory performance of required services (including a joint venture or association); including knowledge in design and construction requirements. (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 including; maintaining project schedules, maintaining project budgets, cost control effectiveness, and estimating accuracy. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans Affairs. (5) Location in the general geographical area of the project and knowledge of the locality of the project (200 miles). (6) Whenever post-award construction services will be required of the AE firm, potential contractors will be evaluated on experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for AE services. (7) The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses and other types of small businesses as subcontractors. SF 330s submitted in response to the project solicitations listed below will be evaluated per the Short Selection process for the listed projects. AE firms that submitted SF330s in response do not need to resubmit. All other A/E firms that meet the requirements listed in this request for SF 330s and who did not respond to the solicitations listed below and would like to be considered are invited to submit one (1) electronic copy of the SF 330 with appropriate documentation by 13:00 (1:00 PM) on August 14, 2020. SF330 Part II will be included in evaluation: 36C25220Q0270: --537-18-156 USP 800 Compliance, NAICS Code 541330 Size Standard $16.5M 36C25219Q0975: --537-325 Nuclear Medicine Commissioning, NAICS Code 541330 Size Standard $16.5M Email one copy of the information to: Joshua.jackson4@va.gov Awards are subject to the availability of funds.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c9b26195c20341cc9664c6b2372d4be3/view)
- Place of Performance
- Address: Jesse Brown VA Medical Center 820 S. Damen Ave. Chicago, IL 60612, USA
- Zip Code: 60612
- Country: USA
- Zip Code: 60612
- Record
- SN05749134-F 20200809/200807230138 (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 |