The RFP Database
New business relationships start here

A-E Nuclear Medicine Commissioning Services, 537-325


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

REQUEST FOR SF330
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 an Architect/Engineer (A/E) to provide professional commissioning services for Nuclear Medicine expansion Project Number 537-325, Nuclear Medicine Commissioning Services, at the Jesse Brown VA Medical Center, Chicago, Illinois.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED. A Request for Proposal (RFP) will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR part 36. The anticipated A/E Services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, and VA Acquisition Regulation (VAAR) 836.6.

MILEAGE RESTRICTION: in accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 500-mile radius, within the U.S., of the Jesse Brown VA Medical Center. The 500-mile restriction will be verified by using the website https://www.freemaptools.com/radius-around-point.htm and verifying the distance from the firm s primary or satellite office location, from which most of the commissioning services will be performed, to the Jesse Brown VA Medical Center campus.

DESCRIPTION: The Jesse Brown VA Medical Center consists of a 200-bed acute care facility and four community-based outpatient clinics (CBOCs). The Jesse Brown VA Medical Center provides care to approximately 62,000 enrolled veterans who reside in the City of Chicago and Cook County, Illinois, and in four counties in northwestern Indiana. The medical center admits more than 8,000 inpatients and more than 500,000 outpatient visits annually.

For Project Number 537-325, Nuclear Medicine Commissioning Services, The AE shall provide certified commissioning professionals and services for the design phase and the construction, start-up, acceptance, training and warranty phase of the new construction and remodeling Nuclear Medicine. The commissioning professional services shall meet all requirements of the latest version of the US Department of Veteran Affairs, Office of Construction and Facilities Management Whole Building Commissioning Process Manual.

Include in the commissioning services:
5,400 sq. ft. renovation remodel of the existing Nuclear Medicine on the second floor of Building 1, and a new 4,700 sq. ft. second floor addition onto the existing single story Material Management building.
This is a fully functional medical facility and the commissioning services will include a strategy to minimize disruption of services to the existing suite as well as the surrounding areas including above and below. Include on the plans a narrative and phasing strategy to describe this requirement.

The awarded A/E firm shall produce all native files per deliverable for the design phase and the construction, start-up, acceptance, training and warranty phase.

Period of Performance: Two hundred forty-two (242) Calendar Days
Contract Type: Firm-Fixed-Price
Estimated Magnitude of Construction: Between $8,600,000.00
NAICS Code: 541330 Engineering Services
Size Standard: $15.0 Million

VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of submissions of offers/quotes, and prior to award of any contracts, the offeror must represent to the contracting officer that it is a
SDVOSB or VOSB eligible under this subpart;
Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and
SDVOSB/VOSB listed as verified in VIP database 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.
EVALUATION FACTORS: selection criteria will be based on the following factors in accordance with FAR 36.602-1 and VAAR 836.602-1:
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;
Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness;
Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and
Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
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.

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. Negotiations will then begin with the most preferred firm.

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 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.









SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:
a. One (1) electronic pdf copy via email:
i. Send to peter.roskowski@va.gov

b. Three (3) hard copies mailed to:
Department of Veterans Affairs
Great Lakes Acquisition Center (GLAC)
3001 Green Bay Rd., Bldg 1, Rm 329,
North Chicago, IL 60064-3048
ATTN: Peter John Roskowski, Contract Specialist

c. The SF330s are due on Tuesday, October 1, 2019 at 5:00 PM (CST).
Acceptable electronic formats (software) for submission of SF330 packages:
Files readable using the current Adobe Portable Document Format (PDF);
Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater;
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;
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.

No Fax or Email 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 peter.roskowski@va.gov.

VA Primary Point of Contact:
Peter John Roskowski
Contracting Officer,
Email: peter.roskowski@va.gov

Peter (John) Roskowski
peter.roskowski@va.gov

Peter.Roskowski@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP