Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2020 SAM #6948
SOURCES SOUGHT

C -- A/E SERVICES - REPLACE ROOF AND MASONRY FACADE PROJECT 632-16-103 BUILDING 62 AND 63 PROJECT 632-21-114 BUILDING 12

Notice Date
12/5/2020 1:22:58 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
36C24221Q0292
 
Response Due
1/12/2021 12:00:00 PM
 
Archive Date
04/12/2021
 
Point of Contact
Gina Paveglio, Contract Specialist, Phone: gina.paveglio@va.gov
 
E-Mail Address
gina.paveglio@va.gov
(gina.paveglio@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 SOURCES SOUGHT NOTICE FOR SDVOSB ARCHITECT-ENGINEERING SERVICES FOR REPLACEMENT OF BUILDING ROOF AND MASONRY FACADE. 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 (VA) is seeking a qualified Architect-Engineering (AE) firm that specializes in the structural evaluation of a building s exterior façade and roof. The AE firm will be required to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information. This requirement covers two separate design projects and will result in one award to a qualified firm: Project #632-16-103 Buildings 61 and 62 Project #632-21-114 Building 12 Place of Performance: Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. The requirement will replace the roofs and repair masonry façade for Buildings 61, 62, and 12. The work will include tuck-pointing, replacement of fascia and soffits; gutters and leaders; and portions of underground storm water systems at these buildings, as well as include regrading as required. Technical disciplines include, but not limited to, structural engineering, building envelope, storm drainage, asbestos abatement ACM if encountered, and construction cost estimating. 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. This is a 100% Service-Disabled Veteran-Owned Small Business set-aside. The anticipated award date of the proposed A-E Contract is on or before June 30, 2021. Potential contractors must be registered in SAM (www.sam.gov) and have a visible/certified registration in Vet Biz (www.vetbiz.gov) at the time of submission of their qualifications in order to be considered for an award. SCOPE OF SERVICE REQUIRED The AE shall perform a complete survey to the existing building conditions and provide recommendations to the VA for review. Upon approval the AE will develop designs and prepare the construction document package with bid alternatives that can be readily identified and listed in the procurement documents; the AE shall provide construction period services and post-construction services. Perform work specified herein and comply with VA Design guides and VA regulations, procedures and conditions for work at the medical center and any applicable codes as per requirements of all governing agencies. This is to include but not limited to the following: OSHA Technical Manual VA Guidelines and Specifications located at the VA Technical Information Library (TIL) https://www.cfm.va.gov/TIL/index.asp PG-18-15 Volume C A/E Submission Requirements The latest edition of code as of the time of contract being signed shall be used. COST RANGE Disclosure of the magnitude of construction projects, the estimated price ranges are: Project #632-16-103 Buildings 61 and 62 - Between $2,000,000 and $5,000,000 Project #632-21-114 Building 12 - Between $1,000,000 and $2,000,000 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm-fixed-price contract. ESTIMATED BASE DESIGN PERIOD The Period of Performance for design and final submission of construction bid documents is defined in the Design Review and Completion Schedule and begins when the Notice to Proceed is issued. The Notice to Proceed letter will include the beginning and completion dates for the period of performance. The work is to be performed concurrently: Project #632-16-103 Buildings 61 and 62: 231 calendar days from the notice to proceed Project #632-21-114 Building 12: 231 calendar days from the notice to proceed The Construction award dates are unknown. AE Services will be required until full completion of the construction project and final acceptance made to the General Contractors whereby the VA can take beneficial use of the buildings or 5 years from date of award due to appropriation law, whichever occurs first. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below, followed by the weighted percentages for the evaluation factors. PROFESSIONAL QUALIFICATIONS AND DISCIPLINES OF STAFF PROPOSED 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. 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: 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 minimum 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 AE 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 AE 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. AEs 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: Gina Paveglio, Contracting Officer, via email at gina.paveglio@va.gov, prior to the response date. AEs shall not incorporate by references into their response CPARS or PPQ evaluations previously submitted in response to other AE services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. LOCATION The AE Firm proximity to the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768, 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. (6) 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. (7) 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 A-E services. 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. LIMITATIONS VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION)(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB :(1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (i) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS: Qualified Service-Disable Veteran-Owned Small Business firms are required to submit an electronic copy of the SF330 (form can be downloaded from www.gsa.gov/forms no later than 3:00 PM EST January 12, 2021, including Past Performance (CPARS) evaluations or Questionnaires (Attachment 2). All submittals must be transmitted by email* to the attention of: Gina Paveglio Contracting Officer Network Contracting Office (NCO) 2 gina.paveglio@va.gov 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 *Electronic submissions must not exceed 5MB in file size. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only to gina.paveglio@va.gov . Telephone inquiries will not be honored. REFERENCED ATTACHMENTS: See attached document: Attachment 1 - Scope of Work, Supplement B - A/E Submission Instructions, and Design Review and Completion Schedule, Past Performance Questionnaire
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7a8f6b0eaa547c5ada3055ba6e8ca25/view)
 
Place of Performance
Address: Northport VA Medical Center 79 Middleville Road, Northport, NY 11768, USA
Zip Code: 11768
Country: USA
 
Record
SN05867376-F 20201207/201205230128 (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.