The RFP Database
New business relationships start here

Sources Sought - AE Services for An Electrical System Study


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

This announcement is not a Request for Proposal or Quote. The Government will not pay or reimburse any parties for the costs associated with responding to this request. The Government is under no obligation to award a contract from the responses received as a result of this announcement.

The purpose of this amendment is to correct item number 2. under the Selection Criteria section below:

*******************************************************************************

The Department of Veterans Affairs, Network Contracting Office 2 (NCO 2) is seeking a qualified Architect-Engineering (AE) firm to conduct a study of the entire electrical distribution system and its associated feeders for both normal and emergency/standby services at the VA New York Harbor Healthcare System, Manhattan Campus.

The design effort includes, but is not limited to, providing Schematics, Design Development, Construction Documents, Technical Specifications, Cost Estimates, As-Built Documentation, and all other related information.

This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. The applicable North American Industry Classification System (NAICS) code is 541330 Electrical Engineering Services and small business size standard of $15 Million.

Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns will submit responses to the solicitation and that award can be made at a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.

Potential contractors must be registered in SAM (www.sam.gov) and visibly certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective qualified firm for this potential Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74.

Interested parties are referred to VAAR Clause 852.219-11(c)(1): Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible Service-Disabled veteran-owned small business concerns. In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns 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.).

SELECTION CRITERIA

The Department of Veterans Affairs shall evaluate each potential contractor in terms of its

1. Professional qualifications necessary for satisfactory performance of required services;

2. Specialized experience and technical competence in the type of work required. In the case of this project, engineering services focused on the inspection, tracing, testing, and documenting of an electrical distribution system and its associated feeders for both normal and emergency/standby services;

3. Capacity to accomplish the work in the required time; the general workload and staffing capacity of the design office will be evaluated.

* List current projects with a design fee of greater than $100,000 being designed in the firms office.

* Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period;

* describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates;

4. Past Performance: VISN 2 will evaluate past performance on recent and relevant contracts with government agencies (Emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required).

* Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought.

* Relevancy is defined as performance of work on projects that are similar in scope to the type of project anticipated under the resultant contract.

* Respondents with no previous past performance shall state this when addressing this selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation.

Past Performance Submission Requirements:

*Submit a minimal of three (3) references; any of the following evaluations are acceptable:

** A-E Contractor Appraisal Support System (ACASS),
** Contractor Performance Assessment Report System (CPARS), or
** Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2.

* If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice (attachment #1) is provided for the prime or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects.

* A-Es should follow-up with references to ensure timely submittal of questionnaires. A-E s shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.

5. LOCATION

* The A/E Firm proximity to the VA Medical Center New York Campus, 10010 is an evaluation criteria.
* This distance is determined according to http://maps.google.com/
* This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address(es) and distance of your closest office to the address listed below.


SUBMISSION REQUIREMENTS

Qualified Service Disabled Veteran Owned Small Business firms are required to submit two (2) Compact Disc (CD) which contains digital copies of their SF 330. No hard copies are required. Two CDs shall be submitted no later than 3:00 PM EDT on Wednesday, May 24, 2017. All submittals must be sent to the attention of Ms. Mitchelle Labady, Contract Specialist, James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904.

The submission must include an insert detailing the following information:

1. Tax ID Number;
2. The e-mail address and phone number of the Primary Point of Contact and;
3. A copy of the firms CVE verification as a Service Disabled Veteran Owned Small Business.

It is the responsibility of the firm to ensure the timely delivery of their package. It is at the discretion of the Contracting Officer not to consider any SF330 package that is received after the due date and time.

Please review all of the information provided in this notice as well as the attachments, consolidate all questions and concerns into one (1) message, and send an email to Mitchelle.Labady@va.gov. Telephone inquiries will not be honored.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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.

Mitchelle Labady
mitchelle.labady@va.gov

mitchelle.labady@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP