Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2023 SAM #7985
SPECIAL NOTICE

C -- 523A4-23-001 Heating Ventilating Air Conditioning PH4 Building 1,2,3-AE

Notice Date
10/6/2023 10:59:45 AM
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q1140
 
Response Due
11/7/2023 1:00:00 PM
 
Archive Date
12/07/2023
 
Point of Contact
Michael Muller, Contracting Officer, Phone: 603-624-4366
 
E-Mail Address
Michael.Muller@va.gov
(Michael.Muller@va.gov)
 
Awardee
null
 
Description
REQUEST FOR SF330 s The Boston VA Medical Center West Roxbury Campus, located at 1400 VFW Pkwy, West Roxbury, MA 02132 has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) services for Project Number 523A4-23-001; HVAC PH4 Bldg. 1,2,3 A/E. The objective of this project is as follows: Provide all professional architectural and engineering (A-E) services necessary to develop complete drawings, specifications, cost estimates, construction schedules, project phasing associated with the upgrade, environmental assessments, site investigations, site visits, and project management services associated with new HVAC units at the Veterans Administration, Boston Healthcare System (VA BHS), West Roxbury Campus, 1400 VFW PKWY, West Roxbury, MA. All work shall be designed to include phased construction as appropriate to maintain uninterrupted VA Medical Center (VAMC) operation throughout the project. *See attached SOW for full scope of work* SCOPE: The scope of this project consists of Architectural and Engineer (A/E) services required to complete the project. The period of performance is 373 calendar days, beginning with the issuance of the Notice to Proceed (NTP) by the Contracting Officer. The Magnitude of Construction is between $5,000,000 - $7,000,000. The VA will not be responsible for any costs incurred by interested parties in responding to this announcement. This is a Request for SF330 s Qualifications: The purpose of this notice is to request SF-330 Qualification statements from qualified SDVOSBs that have the experience directed at the requirements of the Statement of work. The design effort is to be completed by more than 50% SDVOSB. The NAICS code is 541310 and the small business size standard is $12.5 million. Firms must have valid registration in the System for Award Management (SAM). Visit: SAM.gov to register in this database. SDVOSB firms must be verified in Veteran Small Business Certification (VET CERT) under NAICS 541310. Visit: Veteran Small Business Certification (sba.gov) RESPONSE: Interested SDVOSB firms must provide their qualifications to the Contracting Officer no later than 4:00pm on 11/7/2023 via email to Michael.Muller@va.gov The following information is required as a valid response: A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s UEI Number, Firms address and Contact information. Qualifications (Adjectival Evaluation Factors): 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE The A/E firm shall demonstrate recent specialized experience and technical competence in projects for health care facilities (to include joint ventures), including, where appropriate, recent experience in HVAC design. This factor evaluates the amount of experience the AE firm has in designing similar types of projects related to HVAC design and evaluating their technical competence in this type of project. Submitting firms shall provide a detailed narrative of up to five (5) (maximum) and no less than three (3) (minimum) relevant projects completed within the last five (5) years, which best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the team s experience with projects of similar size and scope to those to be performed under this requirement. Only the first five (5) projects submitted will be evaluated. Firms will be evaluated according to specialized experienced the firm has with HVAC design. Higher ratings will be provided to firms who demonstrate experience at the VA or in a hospital environment. 2. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES The A/E firm will be evaluated according to their ability to demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Firms are expected to demonstrate experience to perform a project such as this within a VA Medical Center or hospital environment. Firms shall provide brief resumes of proposed team members who will specifically serve as the project managers and designers of record, as well as of other relevant team members or subcontractor team members who will perform technical tasks under this contract. Subcontractor team member resumes shall indicate their record of working together with the prime contractor. 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 and this must be shown on their resume. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience in their technical field relevant to this requirement s scope. 3. PAST PERFORMANCE The A/E firm shall provide current and relevant information on previously awarded contracts referenced under (1), Specialized Experience and Technical Competence. If a completed/finalized past performance evaluation is available in Contractor Performance Assessment Reporting System (CPARS), it shall be submitted for each project referenced in (1), Specialized Experience and Technical Competence.  If there is not a completed/finalized past performance evaluation available in CPARS, then the A/E firm shall submit a Past Performance Questionnaire (PPQ) for any project referenced in (1), Specialized Experience and Technical Competence.  A PPQ template is attached to this Request for SF330 s.  The offeror shall notify their client that the PPQ must be submitted via email to the Contract Officer, Michael Muller, Michael.Muller@va.gov  If the A/E firm is unable to obtain a completed PPQ from a client for a project(s) before this Sources Sought closing date, the A/E firm shall complete and submit with their package the first page of the PPQ, which will provide contract and client information for the respective project(s).  The Government may make reasonable attempts to contact the client noted for that project(s) to obtain the PPQ information. However, offerors should follow-up with clients/references to help ensure timely submittal of questionnaires.  When evaluating past performance for each A/E firm, the Government may also obtain information from other sources to include, but not limited to, PPIRS (past performance retrieval system) or other databases; interviews with Program Managers, and/or other Contracting Officers. 4. CAPACITY The A/E firm shall show current and projected workload for the proposed team and percentage of their available capacity. Documentation supplied shall support that the firm has the capacity to accomplish the work in the required time. 5. EXPERIENCE IN CONSTRUCTION PERIOD SERVICES Respondents must provide one (1) recent project and provide a narrative on how the A/E incorporated the following into their project: Professional field inspections during the construction period Review of construction submittals Support in answering requests for information during the construction period Support of construction contract changes to include drafting statements of work and cost estimates Any project provided in addition to the one (1) will not be evaluated as part of this criteria. The A/E firm shall provide evidence that your SDVOSB firm will perform more than 50% of the requirement with a qualified SDVOSB and or VOSB team. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB concern. EVALUATION FACTORS: Adjectival Description Exceptional A comprehensive and thorough presentation of extraordinary merit with one or more significant strengths. Offeror s response is clearly superior. The response is innovative and exceeds requirements. No deficiency or significant weaknesses exists. Good Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist. Acceptable Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. Marginal Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or significant number of deficiencies exist. Unacceptable Fails to meet any of the minimum requirements of the criteria; very low probability of success. Neutral (Applies only to Past Performance) Offeror s performance record, relevant past performance or information on past performance is not available SELECTION PROCESS: The A/E selection process will be completed in two stages as follows: In Stage I, interested firms will submit SF-330 Qualification Statements of Capabilities. In Stage II, the A/E team most qualified will be requested to submit a price proposal for negotiations in an issued Request for Proposal.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39a2c630ba544d8fa2b703f9f791ab97/view)
 
Record
SN06854997-F 20231008/231006230047 (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.