Skip to main content

An official website of the United States government

You have 2 new alerts

C1DZ--* 608-23-115 CLC Life Safety Corrections Design

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 25, 2022 11:14 am EDT
  • Original Response Date: Nov 11, 2022 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 11, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER HOSPITAL BUILDINGS
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    Manchester VAMC ,

Description

SOURCES SOUGHT: The VA Medical Center, 718 Smyth Road, Manchester, NH has a requirement for a Firm Fixed Price contract to provide professional Architect/Engineer (A/E) Design for Project Number 608-23-115. Architect/Engineer (AE) shall provide professional services to correct identified life safety deficiencies and provide a comprehensive solution for wander management for the Manchester VA Medical Center s Community Living Center. SCOPE: The scope of this project consists of Architectural and Engineer (A/E) services required to complete the project. The period of performance (type A and B services) is 105 calendar days and shall begin upon issuance of the Notice to Proceed (NTP) by the Contracting Officer. The construction magnitude is: Between $1,000,000.00 to $2,000,000.00 The VA will not be responsible for any costs incurred by interested parties in responding to this announcement. This is a Request for Qualifications: The purpose of this notice is to request SF-330 Qualification statements from qualified SDVOSBs that have the experience directed at the requirements of the Statement of work. The design effort is to be completed by more than 50% SDVOSB and VOSB. The NAICS code is 541310 and the small business size standard is $11 million. Firms must have valid registration in the System for Award Management (SAM). Visit: beta.SAM.gov to register in this database. SDVOSB firms must be verified in VETBIZ under NAICS 541310. Visit: vip.vetbiz.va.gov RESPONSE: Interested SDVOSB firms must provide their qualifications to the Contracting Specialist no later than 1:00pm on 11/23/2022 via email to Carol.ahnee@va.gov. Please note this number on you submission 36C24123Q0046. The following information is required as a valid response: A positive statement of your intention to submit a proposal in response to a solicitation for this project and include your firm s DUNS Number, Firms address and Contact information. Evidence of your experience in A/E Services for complete design and construction of a project similar to this one at a Medical facility (please provide contract descriptions, contract dollar amounts and telephone numbers for points of contact no photographs). Qualifications (Adjectival Evaluation Factors): Sitework / roadway design (minimum 3 projects in 10 years) Past Performance (minimum no more than 1 marginal noting in CPARS in the last 3 years) Experience planning for occupied campus roadways (minimum 3 projects in 10 years) Competency of staff in disciplines (civil engineering projects, minimum of 3 small/medium [< 1M+/- construction budget] experience in last 10 years) Location proximity to Manchester (200 miles or less) SF-330 Architect- Engineer Qualifications completed for the intent of the project. Evidence that your SDVOSB firm will perform more than 50% of the requirement with a qualified SDVOSB and or VOSB team. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB concern. EVALUATION FACTORS: Adjectival Description Exceptional A comprehensive and thorough presentation of extraordinary merit with one or more significant strengths. Offeror s response is clearly superior. The response is innovative and exceeds requirements. No deficiency or significant weaknesses exists. Good Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist. Acceptable Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. Marginal Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or significant number of deficiencies exist. Unacceptable Fails to meet any of the minimum requirements of the criteria; very low probability of success. Neutral (Applies only to Past Performance) Offeror s performance record, relevant past performance or information on past performance is not available SELECTION PROCESS: The A/E selection will be completed in two stages as follows: In Stage I, interested firms will submit SF-330 Qualification Statements of Capabilities. In Stage II, the A/E team most qualified will be requested to submit a price proposal for negotiations in an issued Request for Proposal. PROJECT INFORMATION: The scope of work is attached.

Contact Information

Contracting Office Address

  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA

Primary Point of Contact

Secondary Point of Contact





History