C1DB--Project 667-16-101 AE Renovate Morgue

expired opportunity(Expired)
From: Federal Government(Federal)
36C25624R0057

Basic Details

started - 04 Mar, 2024 (1 month ago)

Start Date

04 Mar, 2024 (1 month ago)
due - 05 Apr, 2024 (23 days ago)

Due Date

05 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
36C25624R0057

Identifier

36C25624R0057
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
[object Object]

SetAside

VSS(Veteran-Owned Small Business Sole source (specific to Department of Veterans Affairs))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1. Contract Information: Architects and Engineers (A/E) Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92- 582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria listed herein. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is $25.5M. a. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management (SAM)
database at www.sam.gov and the Veteran Small Business Certification (VetCert) database at https://veterans.certify.sba.gov/ as well as have submitted the current cycle VETS-4212 Report http://www.dol.gov/vets/vets4212.htm (for contracts in the amount of $150,000 or more). The SAM clause at FAR 52.204-7 changed effective (Oct 2018) and now requires that offerors be registered in the SAM database at the time an offer is submitted and at the time of contract award. According to FAR 52.204-7, registered means, among other things, that the record in SAM be marked as Active . Therefore, failure of a proposed SDVOSB/VOSB to be registered at the time the SF 330 is submitted and at the time of contract award shall result in elimination from consideration as a proposed contractor. b. VOSB Requirements: In accordance with 852.219-74 VA Notice of Total Set-Aside for Verified Veteran-Owned Small Businesses (VOSB) Set-Aside, a service-disabled veteran-owned small business concern agrees that, in the performance of the contract, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. c. Design Costs: All offerors are advised that in accordance with VAAR 836.606-71, the production and delivery of designs, plans, and specifications shall not exceed 6 percent of the estimated cost of construction. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly qualified A/E firm selected to complete the design. The magnitude of construction (not design) of this project is between $1,000,000.00 and $2,000,000.00. 2. SELECTION CRITERIA: The selection criteria for this acquisition are listed below. Note: Each Evaluation Factor below is to be specifically addressed not only through the submission of the SF330s but also in Narrative Format to clearly show how each Evaluation Factor is formally addressed. Factors 1, 2, and 3 are the most important and are equal to each other. Factors 4 & 5 are equal to each other and are less important than 1,2 & 3. Factors 6 & 7 are equal to each other and are the least important. 1. Professional qualifications necessary for satisfactory performance of required services. The contractor shall provide resumes for the following disciplines: Architecture, Mechanical Engineer, Electrical Engineer, Structural Engineer, Asbestos Abatement, Interior Design and Elevator Consultant. (Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.) 2. Specialized experience and technical competence in the type of work required. (Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.) Provide no more than five (5) recent (completed within the past 5 years) of similar scope and magnitude. 3. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (FAR 36.602-1 (a)(4)) be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications) (provide no more than five (5) recent projects). 4. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, response times for answering requests for information and submittals during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. 5. Capacity to accomplish the work in the required time, (provide percentages, a graph, or another means of delivery to elaborate on your firm s ability to accomplish the work) maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. 6. 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. Explain how you obtained and/or demonstrate project experience in the general geographical area and knowledge of the locality for the referenced project. 7. 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. (a) Identification of, and commit to, the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. (b) List percentage of work to be performed by VOSBs and other size businesses to be utilized subcontractors. 3. SUBMITTAL REQUIREMENT: This project is a 100% set-aside for Veteran Owned Small Business (VOSB) concerns under VAAR 852.219-74, VA Notice of Total Set- Aside for Verified Veteran-Owned Small Businesses (NOV 2022). (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number 36C25624R0057. The SF330 may be downloaded from www.gsa.gov/forms. Completed SF330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. All submissions shall be in black and white no color submissions please. (b) Firms that meet the requirements listed in this announcement are invited to submit via email to Tammy.Saxon@va.gov ONLY. A copy of the completed SF330 including Parts I and II as described herein, to the above email address no later than 4:00 P.M. (CST) on Friday, April 5, 2024. FAX OR MAILED SUBMISSIONS WILL NOT BE ACCEPTED. Late submission/proposal rules found in FAR 15.208 will be followed for submittals/proposals not received by the exact date and time listed above. (c) Interested firms shall address each of the seven (7) Selection Criteria in their SF 330 and additional documents/submittals. Interested firms shall limit the Narrative Information to support all seven (7) Evaluation Factors to seven (7) pages total (beyond the SF330. Any additional Narrative Information past seven (7) pages total will not be considered. Failure to provide Narrative Information to support each of the seven (7) Evaluation Factors may negatively affect the interested firms Factor(s) Rating and subsequently their Overall Rating and Standing. 4. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF330 Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. ATTACHMENTS See attached document: P09 MORG - Design SOW-Updated 05-15-2023.

Overton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LALocation

Place Of Performance : Overton Brooks VA Medical Center 510 E. Stoner Avenue Shreveport, LA

Country : United StatesState : Louisiana

You may also like

AE SERVICES TO RENOVATE RADIATION THERAPY

Due: 23 Jan, 2025 (in 8 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PROJECT 667-23-112 (AE) RENOVATE PHARMACY CACHE

Due: 31 Jan, 2029 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 541330
Classification CodeCode C1DB