SOURCES SOUGHT
R -- Commissioning Building Envelope Corrections at Ralph H. Johnson VAMC
- Notice Date
- 10/29/2020 5:56:32 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24721Q0067
- Response Due
- 11/12/2020 2:00:00 PM
- Archive Date
- 01/30/2021
- Point of Contact
- Brittany Lightfoot, Thaddeus Willoughby
- E-Mail Address
-
Brittany.Lightfoot@va.gov, Thaddeus.Willoughby@va.gov
(Brittany.Lightfoot@va.gov, Thaddeus.Willoughby@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- �1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 534-19-807, Building Envelope Correction Commissioning Services, at the Ralph H. Johnson VA Medical Center located in Charleston, SC. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via beta.sam.gov. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR Part 36. The anticipated A/E commissioning services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, VA Acquisition Regulation (VAAR) 836.6 and VA Acquisition Manual (VAAM) 836.6. 2. LOCATION RESTRICTION: �This procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within in the general geographical area of Charleston, SC, (Southeast: North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Tennessee) and knowledge of the locality of the Ralph H. Johnson VAMC. 3. DESCRIPTION: For Project Number 534-19-807 Commissioning Building Envelope Corrections, the Architect-Engineer (A-E) shall provide Professional Commissioning Services for the construction to correct the existing building envelope at the Ralph H. Johnson VA Medical Center.� The contracted firm shall provide certified commissioning professionals and services for the construction, to include pre-construction, acceptance, and warranty phase for building envelope correction. The commissioning professional services shall meet all requirements of the latest edition of the US Department of Veteran Affairs, Office of Construction and Facilities Management Whole Building Commissioning Process Manual. Anticipated Period of Performance: 365 calendar days. Contract Type: Firm-Fixed-Price Estimated Magnitude of Construction Project: Between $2,000,000 and $5,000,000 Estimated Magnitude of Construction Commissioning Services: Between $25,000 and $100,000 NAICS Code: 541990 All Other Professional, Scientific, and Technical Services Size Standard: $16.5 Million 4. VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a: SDVOSB eligible firm; Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.gov Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM; you may register online at https://www.sam.gov. 5. EVALUATION FACTORS: selection criteria will be based on the following factors in Descending order of importance in accordance with FAR 36.602-1 and VAAM M836.602-1: Professional qualifications necessary for satisfactory performance of required services; 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; Capacity to accomplish the work in the required time; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; 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. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested 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 1F 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. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. 6. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will then begin with the most preferred firm. 7. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219- 10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 8. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: One (1) electronic pdf copy via email: i. Send to; Brittany.Lightfoot@va.gov and Thaddeus.Willoughby@va.gov. �ii. Size limitation is 8MB; The SF330s are due on November 12, 2020 at 5:00 PM (EST) by email Acceptable electronic formats (software) for submission of SF330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper The font for text shall be Times New Roman 12-point or larger; (d) Please note that we can no longer accept .zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP type in SF330 in the Find a Form block and click on search. 9. NO FAX OR MAIL RESPONSES WILL BE ACCEPTED: personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by email to Brittany.Lightfoot@va.gov. 10. VA PRIMARY POINT OF CONTACT: Brittany Lightfoot Contract Administrator Email: Brittany.Lightfoot@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/adca6e7f323f4866baf0e097bd8e1d2b/view)
- Place of Performance
- Address: Charleston, SC 29401, USA
- Zip Code: 29401
- Country: USA
- Zip Code: 29401
- Record
- SN05841793-F 20201031/201029230154 (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 |