Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2023 SAM #8006
SOLICITATION NOTICE

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

Notice Date
10/27/2023 12:42:41 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024R0025
 
Response Due
11/28/2023 11:00:00 AM
 
Archive Date
01/27/2024
 
Point of Contact
Julie Stout, Contracting Officer, 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 Commissioning 583-22-106 The Commissioning firm shall furnish professional services as a commissioning agent and consultant for project 583-22-106 Replace Electrical Distribution Panels & Expand Distribution to A-wing. The Project is to improve the electrical system and expand the electrical distribution to A-Wing within Bldg. 1. See attached Statement of Work for further details. The work will take place at: RLRVAMC, 1481 W. 10th Street, Indianapolis, IN 46202 This is a 100% set aside to Service-Disabled Veteran Owned Small Businesses (SDVOSBs) in accordance with Public Law 109-461. North American Industry Classification System (NAICS) Codes 541330 is applicable to this posting. Product Service Code (PSC) C222 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 and are of equal importance: Professional Qualifications: the qualifications of all individuals which will be used for these services, including the Electrical Engineer, key personnel, and any consultants, will be examined. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Specialized Experience and Technical Competence: specific technical competence in commissioning large Electrical projects. Include record of working together as a team as well as a Project Control/Management Plan that you have used on past projects. Capacity to Accomplish the Work: ability for the firm in the designated geographic area of the project to accomplish the work in the required time and perform all required site visits. 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. For example, the commissioning of large scale electrical and other mechanical electrical and plumbing projects. Project past performance references older than 3 years will receive less consideration than those references for projects accomplished within the past 3 years. Offeror shall provide at least five, similar projects to review. 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. Small Business Subcontractors: 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. Construction Period Services: Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, and support in answering requests for information during the construction period. SELECTION OF FIRMS The evaluation board will review all of the firm s classifications and evaluate them IAW FAR 36.602-(1)(a), VAAR 836.602-170 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 M836.602-7101(a)). If approved by the Selection Authority, the evaluation board will move forward with IAW FAR 36.602-3(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. A firm will not be considered if it s SF 330, Part I is not signed, unless the SF 330, Part I is accompanied with a signed cover letter or a current signed SF 330, Part II. At the time of submission of the SF330, the offeror must represent to the contracting officer that it is a SDVOSB 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 listed in the SBA certification database at https://veterans.certify.sba.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d187b8ae60a4db0a500b50301d2a6f2/view)
 
Place of Performance
Address: Richard L Roudebush VA Medical Center 1481 W. 10th Street, Indianapolis, IN 46202, USA
Zip Code: 46202
Country: USA
 
Record
SN06869905-F 20231029/231027230047 (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.