Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2024 SAM #8199
SOURCES SOUGHT

C -- - 518-24-513 Structural Analysis of Building 2, 3, 62, 80 (VA-24-00069185)

Notice Date
5/7/2024 7:43:32 AM
 
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
36C24124R0068
 
Response Due
5/24/2024 1:00:00 PM
 
Archive Date
07/23/2024
 
Point of Contact
Nicholas A. Muro, Contract Specialist, Phone: Email Only
 
E-Mail Address
Nicholas.Muro@va.gov
(Nicholas.Muro@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Bedford VA Medical Center located at 200 Springs Road in Bedford, MA has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design for Project Number 518-24-513 - A/E Structural Analysis of Buildings. The objective of this scope of work is to perform a comprehensive structural analysis with a report, including any retrofit/repair solutions, for the existing structures to guarantee that each building location (Building 2. Room 303, Building 2. Room 304, Building 2. Room 333, Building 2. Room 334, Building. 3 Room. 117, Building. 62 Room. B23, Building. 80 Room. 125) can withstand the additional loads caused by new equipment. Provide written determination as to whether the existing structure has the capacity to accommodate the new/upgraded loading or provide a design for a retrofit/repair allowing for the new loading. All submitted documentation shall be stamped by a licensed structural engineer in the Commonwealth of Massachusetts. SCOPE: The scope of this project consists of Architectural and Engineer (A/E) services required to complete the project. Please see the attached SOW for details on the required work. The period of performance for this project is 45 calendar days and shall begin upon issuance of the Notice to Proceed (NTP) by the Contracting Officer. The VA will not be responsible for any costs incurred by interested parties in responding to this announcement. This is a Request for 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.   This acquisition is set-aside 100% for SDVOSB concerns. The NAICS code is 541330 and the small business size standard is $25.5 million. Firms must have valid registration in the System for Award Management (SAM). Visit: https://sam.gov/content/home to register in this database.  SDVOSB firms must be verified in VetCert under NAICS 541330. Visit: https://veterans.certify.sba.gov/ for more information. RESPONSE: Interested SDVOSB firms must provide their qualifications to the Contract Specialist no later than 16:00 on 5/24/2024 via email to Nicholas.Muro@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. Evidence of your experience in A/E Services for analysis and report of a project similar to this one, preferably at a Medical facility (please provide contract descriptions, contract dollar amounts and telephone numbers for points of contact no photographs). Qualifications (Adjectival Evaluation Factors): a) Professional Qualifications:     Minimum Requirement:  The prime A/E firm shall have a minimum of one full-time licensed Professional Engineer (PE) and one full-time licensed Structural Engineer (SE). b) Specialized Experience  Minimum Requirement:  The prime A/E firm shall have completed a minimum of 4 design for projects requiring an aspect of structural inspections and repairs. c)  Past Performance: The prime A/E firm is required to supply references for at least 2 projects from b) above. Past performance rating will be based on those references and/or any information available in CPARS or other government performance rating systems. d)  Location:   Minimum Requirement: Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project    SF-330 Architect- Engineer Qualifications completed for the intent of the project. Evidence that your SDVOSB firm will perform more than 50% of the requirement with a qualified SDVOS 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 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/7af75ff9c5f24a3393336f96b5fb7312/view)
 
Place of Performance
Address: Bedford 01730, USA
Zip Code: 01730
Country: USA
 
Record
SN07056194-F 20240509/240507230051 (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.