Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2023 SAM #7961
SOLICITATION NOTICE

C -- AE Replace Electrical Panels & Expand Distribution - 583-22-106

Notice Date
9/12/2023 7:49:22 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024R0003
 
Response Due
10/11/2023 11:00:00 AM
 
Archive Date
01/09/2024
 
Point of Contact
Contracting Officer, Julie Stout, Phone: 317-988-1519
 
E-Mail Address
julie.stout@va.gov
(julie.stout@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
PURPOSE OF POSTING In accordance with (IAW) Federal Acquisition Regulation (FAR) 36.601-1, the Richard L Roudebush VA Medical Center (RLRVAMC) is requesting SF 330s from AE firms wishing to be considered for a Government contract for the upcoming project: AE Replace Electrical Panels & Expand Distribution 583-22-106 The Architect/Engineer (A/E) firm shall furnish professional services for 100% design to improve electrical system and expand electrical distribution to A-Wing within Bldg. 1. The design shall include Schematic Design, Design Development, Construction/Bid Documents per the A/E Design Submission Instructions Documents, Construction Administration Services, Technical Specifications and Cost Estimates. The work will take place at: RLRVAMC, 1481 W. 10th Street, Indianapolis, IN 46202 North American Industry Classification System (NAICS) Codes 541330 is applicable to this posting. This is a 100% set aside to Service-Disabled Veteran Owned Small Businesses (SDVOSBs) in accordance with Public Law 109-461. Product Service Code (PSC) C1DA is applicable to this posting. APPRAISING FIRM S QUALIFICATIONS IAW with FAR 36.603(b) & (c), to be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330. These qualification statements will be classified with respect to the following: Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines which will be evaluated are interior layout, electrical, structural, and space planning. Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in interior layout and space use. Capacity to Accomplish the Work: the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. Specific experience/capabilities: of personnel proposed for assignment to the project and their record of working together as a team. Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 3 years will receive a lesser consideration than those references for projects accomplished within the past 3 years. Geographic Location and Facilities of Working Offices: Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants. (In accordance with VAAR 805.207, the geographical area is limited to a 250-driving mile radius of Indianapolis, Indiana). SELECTION OF FIRMS The evaluation board will review all of the firm s classifications and evaluate them IAW FAR 36.602-(1)(a) and VA Acquisition Manual (VAAM) M836.602-1. The evaluation board will recommend at least three (3) most highly qualified firms to the Selection Authority (VAAM M836.602-170). If approved by the Selection Authority, the evaluation board will move forward with IAW FAR 36.602-2(c)&(d) and M836.7101(b). If the final selection report is approved by the Selection Authority, the Contracting Officer will move forward and conduct negotiations IAW FAR 36.606 and VAAM 836.606. Please send your qualifications statements to the contact referenced on page one. We will accept an electronic version. At the time of submission of the SF330, the offeror must represent to the contracting officer that it is a SDVOSB or VOSB eligible under the VA Acquisition Regulation (VAAR) subpart 819.70 - Office of Acquisition and Logistics (OAL) (va.gov); Small business concern under the North American Industry Classification System (NAICS) code assigned to this acquisition; and Certified SDVOSB/VOSB listed in the SBA certification database at https://veterans.certify.sba.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3127889188c84621af04f982d37da462/view)
 
Place of Performance
Address: Richard L Roudebush VA Medical Center 1481 W. 10th Street, Indianapolis 46202
Zip Code: 46202
 
Record
SN06827598-F 20230914/230912230102 (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.