SOURCES SOUGHT
C -- 689-21-111: Upgrade OR Utilities A/E at West Haven CT
- Notice Date
- 5/20/2021 12:48:31 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24121R0160
- Response Due
- 6/4/2021 1:30:00 PM
- Archive Date
- 09/11/2021
- Point of Contact
- Matthew Stone, Contract Specialist, Phone: 207-623-8411 x6357
- E-Mail Address
-
matthew.stone1@va.gov
(matthew.stone1@va.gov)
- Awardee
- null
- Description
- Introduction Network Contracting Office 1 (NCO 1), supporting VA New England Healthcare System (VISN 1), is seeking potential sources for an upcoming requirement for Architect and Engineering Services as described in the attached statement of work. THIS NOTICE IS NOT A REQUEST FOR QUALIFICATION STATEMENTS (SF330). This notice is a market research tool and has not been set-aside for any small business category but the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement. Failure to respond to this notice will not impact consideration of architect and engineer firms (or joint ventures) which otherwise meet set-aside requirements and submit responses to the follow-up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting qualification statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. Code ยง 1101 and FAR 36.601. General Project Description and NAICS Synopsis of required services (See attachment for full statement of work): 689-21-111 Design services to complete utility replacements and upgrades that meet current VA requirements for existing OR suite with accommodations made for a future Hybrid OR at West Haven VA Medical Center. This procurement for Architect & Engineering services is assigned NAICS 541330 Engineering Services which has a SBA size standard of $16.5 million in average revenue. Information Sought The Government requests a letter of interest (or similar document) with responses to the following: 1. State your firm name (as it appears in SAM.gov), DUNS number, and socio-economic status of the firm (i.e. verified SDVOSB, WOSB, SB, large business). 2. Provide a brief narrative on the firm s experience providing services similar to those described in the attached statement of work. 3. What would be the expected make-up of the firm s team in terms of socio-economic categories and estimated percentage of work to be completed by your firm and each subcontractor? If the procurement is set-aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set-aside for service-disabled veteran-owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs no other small business categories would count towards the percentage. If set-aside for small business, 50% of the contract would be required to be performed by small businesses which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set-aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns. 4. A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. 5. Any additional capabilities statements or other documentation that you feel will assist the Government in performing market research and determining the appropriate set-aside. Submission Instructions Interested parties are requested to submit the requested information not later than 6/18/2021 to Matthew Stone via email to matthew.stone1@va.gov. Please include 36C24121R0160 Sources Sought Response in the title of the email. the response burden to this notice is expected to be light; lengthy responses are not expected but no maximum page count is assigned. Please keep responses below 7MB or send multiple emails appending to the email subject 1 of n as appropriate. Please contact Matthew Stone at the email above with any questions. Attachments See attached document: 1 689-21-111 SOW. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/438d26c3586541328fa1d9c108790c28/view)
- Record
- SN06009175-F 20210522/210521201533 (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 |