C222--ARC FLASH STUDY
Process Number 36C24422R0036
Dates:
36C24422R0036
Department/Ind. Agency:VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier:VETERANS AFFAIRS, DEPARTMENT OF
Sub Command:244-NETWORK CONTRACT OFFICE 4 (36C244)
Office:244-NETWORK CONTRACT OFFICE 4 (36C244)
General Information:
(utc-05:00) eastern standard time, new york, usa
Updated Published Date:(utc-05:00) eastern standard time, new york, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:jan 20, 2022 11:59 pm est
Inactive Policy:manual
Original Inactive Date:jan 21, 2022
Initiative:- None***--***
Classification:
service-disabled veteran-owned small business (sdvosb) set-aside (far 19.14)
Product Service Code:c222 - architect and engineering- general: electrical systems
NAICS Code:541310 - architectural services
Description:
This announcement is for the selection of an Architect-Engineer (AE) for the ARC Study - AE Design project #646-21-301. The locations of the project will be at the Heinze Veterans Administration Medical Center campus and the University Drive Veterans Administration Medical Center, Pittsburgh, Pennsylvania. The street addresses are on page 1 of the attached Statement of Work. The Government intends to award a Firm Fixed Price Contract. All potential offerors must provide a SF 330 containing all required information listed below. The form format must be the General Services Administration SF 330 found on the website GSA Forms Library at https://www.gsa.gov/reference/forms#. SF330 Extra Sections and Extra Parts may be used as needed. CONTRACT INFORMATION: The contract award will incorporate the attached Scope of Work. Expected A-E services: Title I - Design Services. This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subparts 36.602-2 Evaluation Boards and 36.602-3 Evaluation Board Function and Veterans Administration Acquisition Regulation (VAAR) 836.6. The SF330 will be evaluated, and the top three vendors shall provide oral presentations and pricing. This contract is set-aside 100% for Service-Disabled Veteran Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310. The contract will be awarded as a Firm Fixed Price (FFP) contract. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit the Standard Form 330 (SF 330) via email to stephanie.carhart@va.gov no later than 11:59 PM EST on February 7, 2022. All questions are to be sent to the attention of stephanie.carhart@va.gov. Additionally, the submission must include the following information: Dun & Bradstreet Number Tax ID Number The e-mail address and phone number of the Primary Point of Contact Prior to submittal of the SF 330, the selected firm must be registered in SAM at https://sam.gov/content/home and VA VetBiz at https://vetbiz.va.gov/vip/. Vendors who are not registered at both sites at time of submission will NOT be considered for oral presentations. To assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting, all firms submitting SF 330 s for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the Prime A-E firm s employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Personal visits by A-E firms, for the purpose of discussing this announcement or the submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. SELECTION CRITERIA: The VA will use the following criteria to determine competition when reviewing the SF 330 received. If a submitting firm fails to meet these criterion, they will be deemed non-responsive and shall be rated accordingly. Selection criteria as identified in FAR Subpart 36.6 will be used. The three (3) factors (Professional Qualifications to Perform the Services Required, Specialized Experience and Technical Competence, and Past Performance) are more important than the other two (2) factors and are of equal weight among themselves. The remaining two (2) factors are of equal weight among themselves. Professional Qualifications to Perform the Services Required: This factor is intended to evaluate the personal experience of firm members who work in the firm's project office and are scheduled to be assigned to the design team. The key positions should include Project Managers, Quality Assurance Managers, Architectural Design, Interior Design, Civil Engineers, Electrical Engineers, Mechanical Engineers, and Fire Protection Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. Specialized Experience and Technical Competence: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. The project will include renovation of the existing registration area and restrooms. Project shall include equipment planning and site preparation, necessary improvements to the physical structure and addressing any documented deficiencies in the area. NOTE: Ensure that projects listed were completed by the firm as the prime contractor and not as a subcontractor or projects completed by key personnel while employed by another firm. Past Performance: This factor considers each offeror s recent and relevant record of performance. This factor evaluates the past performance information provided by the AE firm as well as performance appraisals on file in the Contractor Performance Assessment Reporting System (CPARS). Capacity to Accomplish Work: This factor evaluates the ability of the A-E firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. Geographical Location: This factor evaluates the distance from the A-E firms design office from the location of work (Pittsburgh, PA). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. NOTE: Distance will be measured in driving from the University Drive campus.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
1010 DELAFIELD ROAD
PITTSBURGH , PA 15215
USA
Primary Point of Contacts:Stephanie Carhart