Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2024 SAM #8324
SOLICITATION NOTICE

C -- AE Expand Chiller Plant Cx 583-25-101

Notice Date
9/9/2024 11:29:47 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
36C25024R0206
 
Response Due
9/25/2024 11:00:00 AM
 
Archive Date
11/24/2024
 
Point of Contact
Tiffany Rausch, Contract Specialist
 
E-Mail Address
tiffany.rausch@va.gov
(tiffany.rausch@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SUBMITTAL INSTRUCTIONS: All SF330s must be submitted to tiffany.rausch@va.gov, via email, on/before the date/time of this synopsis closing. No physical copies will be accepted. PURPOSE OF POSTING: In accordance with (IAW) Federal Acquisition Regulation (FAR) 36.601-1, the Richard L. Roudebush Veterans Affairs Medical Center is requesting SF 330s from AE firms wishing to be considered for a government contract for the upcoming project: AE Expand Chiller Plant Commissioning 583-25-101 The Commissioning firm shall furnish professional services as a commissioning agent and consultant for project 583-25-101 Expand Chiller Plant. The project is to design and increase capacity of the chiller plant, improve distribution of chilled water via the underground lines, and enhance the reliability of the plant. The CxA will be used as a consultant and a subject matter expert to support the Contracting Officer (CO) and Contracting Office Representative (COR) during the Design and the Construction phase of the Project. The CxA shall certify the design and construction to meet Federal Mandates and applicable code standards. The CxA shall verify the performance of the components and systems, ensure design requirements are met, develop a commissioning plan, include commissioning and requirements in construction documents, verify installation and performance of commissioned systems (testing and system monitoring), review and verify operation/maintenance manuals and training, and a commissioning report. The work will take place at: Richard L. Roudebush Veterans Affairs Medical Center, 1481 West 10th Street, Indianapolis, IN 46202. North American Industry Classification (NAICS) Code 541330 is applicable to this posting. Product Service Code (PSC) C1NB is applicable to this posting. This is a 100% set aside to Service-Disabled Veteran Owned Small Businesses (SDVOSB s) in accordance with Public Law 109-461. Magnitude of construction is between $10,000,000 and $20,000,000. SELECTION CRITERIA: 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 necessary for satisfactory performance of required services; Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; Capacity to accomplish the work in the required time; Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 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; Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services; and 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. . 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/754d85dc5d0c4e2ea19d3c433de85706/view)
 
Place of Performance
Address: Richard L. Roudebush Veterans Affairs Medical Cent 1481 West 10th Street, Indianapolis, IN 46202, USA
Zip Code: 46202
Country: USA
 
Record
SN07203195-F 20240911/240909230113 (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.