The RFP Database
New business relationships start here

580-18-113 AE Design Campus-Wide 12kV Underground Feeder



Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR SF330

1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 580-18-113, 12kV Underground Distribution Feeder at the Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC) located in Houston, Texas.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A request for proposal will be issued directly to the most preferred firm for which negotiations will commence in accordance with FAR Subpart 36.6. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, and VA Acquisition Regulation Subpart 836.6.
2. MILEAGE RESTRICTION: in accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 1500 mile radius, within the U.S., of the MEDVAMC which is located at 2002 Holcombe Boulevard, Houston, TX 77030. The 1500 mile radius restriction will be verified by using the website https://www.freemaptools.com and verifying the distance from the prime AE firm s primary or satellite office location, from which most the design services will be performed, to the MEDVAMC campus.
3. DESCRIPTION: MEDVAMC is located in the Houston Texas Medical Center, and services 1000+ Veterans daily. This project is to design the installation of an underground redundant 12kV feeder cable for the entire campus. Exploratory services will be needed to identify if spare conduits exist, and if they do not, design new underground conduit. The AE will be responsible to provide construction period services. The AE shall prepare all the design documents in conformation with, but not limited to, VA Master Construction Specifications, http://www.cfm.va.gov/til/spec.asp , VA Design Guides, Manuals and Alerts, http://www.cfm.va.gov/til/dGuide.asp, http://www.cfm.va.gov/til/dManual.asp,
http://www.cfm.va.gov/til/alertDesign.asp to include the VA Sustainable Design and Energy Reduction Manual.

Design Period of Performance: 180 Calendar Days
Construction Period Services Period of Performance will be determined by the AE during design.
Contract Type: Firm-Fixed-Price
Estimated Magnitude of Construction: between $1M and $2M
NAICS Code: 541330
Size Standard: $15 Million

4. VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a
(1) SDVOSB eligible firm;
(2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and
(3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.gov.
Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov.
5. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1 and VAAR 836.602-1:
(a) Professional qualifications necessary for satisfactory performance of required services;
(b) 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;
(c) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team;
(d) Capacity to accomplish the work in the required time;
(e) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;
(f) Record of significant claims against the firm because of improper or incomplete architectural and engineering services;
(g) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; and
(h) 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.
PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.
Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors.
6. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Please note that the assigned values for the above factors may be adjusted after discussions as allowed under VAAR 836.602-1, Selection Criteria. Negotiations will then begin with the most preferred firm.
7. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states:
The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable.
For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
8. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:
1) One (1) electronic pdf copy via email to Tabitha.Contreras@va.gov:
a. Size limitation is 10MB;
b. The Contract Specialist will reply to the sender once the submission is received. It is the AE s responsibility to ensure the SF330 submission is received by the due date and time.

The SF330s are due on August 30, 2019, at 9am Central.

Acceptable electronic formats (software) for submission of SF330 packages:
(a) Files readable using the current Adobe Portable Document Format (PDF);
(b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater;
(c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger;
(d) Please note that we can no longer accept .zip files due to increasing security concerns.
The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search.
9. No Fax Responses will be accepted: Personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Tabitha.Contreras@va.gov
10. VA Primary Point of Contact:
- Tabitha Contreras, Contract Specialist
- Email: Tabitha.Contreras@va.gov

Tabitha K Contreras
Contracting Officer
713-794-7513

tabitha.contreras@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP