North Carolina Bids > Bid Detail

C222--Replace Nurse Call System Request for SF 330s Project #558-23-154

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159169122175779
Posted Date: Dec 21, 2023
Due Date: Jan 19, 2024
Source: https://sam.gov/opp/1eb6ec726a...
Follow
C222--Replace Nurse Call System Request for SF 330s Project #558-23-154
Active
Contract Opportunity
Notice ID
36C24624R0028
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 20, 2023 10:28 am EST
  • Original Response Date: Jan 19, 2024 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C222 - ARCHITECT AND ENGINEERING- GENERAL: ELECTRICAL SYSTEMS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Durham VA Health Care System Durham , NC 27705
    USA
Description

This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Jan 2023) (Deviation)
THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY.
PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract.
GENERAL INFORMATION:
The Department of Veterans Affairs, Durham Veterans Administration Health Care System, is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A-E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 558-23-154, Replace Nurse Call System located at 508 Fulton Street, Durham, North Carolina 27705.
The A-E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in the SBA certification database at https://veterans.certify.sba.gov/ at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this 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 VAAR 852.219-73.
Pursuant to 38 U.S.C. 8127(l)(2), all interested firms are required to submit the certification at VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (Deviation) with their qualification package. The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award.
The Durham VA Health Care System is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project.
Point of Contact: Vangie Miller, Contracting Officer Email: Vangie.Miller@va.gov
PROJECT INFORMATION:
Project No. 558-23-154
Project Title: A-E: Replace Nurse Call System
Durham VA Health Care System
508 Fulton Street
Durham, NC 27705
The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before May 14, 2024.
The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $5,000,000 and $10,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD).
An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments.
STATEMENT OF TASK/SCOPE OF WORK:
PART A SCOPE OF WORK
Architect-Engineer (A/E) Services shall include:

Provide a design narrative, drawings, specifications, and a cost estimate at 30%, 60%, 95%, and 100% design stages for project # 558-23-154. The 100% submission shall be stamped by a licensed engineer to include, but not limited to, drawings, specifications, estimate and calculations. This project will design and engineer a facility-wide replacement for the current Nurse Call System (Rauland Responder IV). The construction to be designed for this project will include, but is not limited to, removal of existing equipment (servers, cabinets, etc ), provision and installation of new equipment, removal of old conduit and wire, and installation of new conduit and wire compatible with new system. Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at https://www.cfm.va.gov/til/index.asp .

The design shall include but is not limited to the following:
Comprehensive review of the existing conditions required to complete the design or cost estimate, and of other projects in-progress that will impact this scope, including projects that are in planning at the time of design.
Interviews with VA engineers, medical staff, and support staff. These interviews shall be documented and presented in the design report and with each submission.
Detailed calculations to determine current and projected future demand for the conditioned spaces. Consider any existing and future plans for these spaces and the potential to expand the footprint of the zone served.
Summary of findings from the review of building records, reports, plans, and interviews with station personnel.

Provide construction period services, which shall include but are not limited to submittal review, RFI response, periodic and final site inspections, and as-built preparation.

Construction Amount: The project will provide information for the VA to determine the scope and cost requirements of this construction work project. The project is to be designed within an estimated base construction cost between $5,000,000 and $10,000,000.
Provide all necessary site visits for design and construction in addition to the visits listed under construction period services.

All work to be performed for this project must meet all Safety of Life codes, National Fire Protection (NFPA); National Electric Code (NEC); National Electrical Manufacturers Association (NEMA); Energy Independence and Security Act of 2007 (EISA 2007); Building Industries Communications Services Installation (BICSI); American Society of Mechanical Engineers (ASME); American National Standards Institute/Electronic Industries Association/Telecommunications Industry Association (ANSI/EIA/TIA); Underwriters Laboratory, Inc. (UL); Institute of Electrical and Electronics Engineers (IEEE); Federal, State, and Local regulations and codes; VA design standards and specifications; and the Joint Commission on Accreditation of Hospitals Organization (JCAHO) standards and guidelines.

The following parameters shall be used for performing the analysis:
20-year life-cycle period for system comparisons
Factor in system upgrades (e.g. 5-year cycles)
7% Discount Factor
Neither includes taxes, nor insurance while computing cost.
Design is to be accomplished using AutoCAD 2016 or compatible format. Design and cost estimates to be in compliance with the A/E submission requirements listed on the VA website (https://www.cfm.va.gov/til/aeDesSubReq.asp).

Deliverables:

Design Scope: Once alternatives/options are selected, A/E shall develop and provide a complete set of drawings and specifications for bidding and construction purposes which encompass the previously selected options. The package shall contain Architectural, and MEP drawings of sufficient detail that the construction contractor can accomplish the modifications with a minimum of additional guidance. Additionally, the A/E shall provide a detailed cost estimate of the project construction costs, and a constructability analysis identifying the most efficient, cost-effective ways to accomplish the construction while allowing for the least disruption of hospital operations. The A/E shall provide detailed drawings and instructions for isolating zones that will be used for maintenance, repair, and new construction. The following A/E design submissions shall be in accordance with the A/E requirements listed on the VA website.

Part I: Feasibility Study/Options: Prior to the initiation of any detailed design, the A/E shall, in conjunction with representatives of the Engineering Department, conduct inspections of the existing facilities, document code compliance issues, develop various alternatives, and conduct feasibility analyses of these alternatives. NOTE: Specifications are not required with the Preliminary and Schematic Design submissions. Investigation shall include following.
Investigate with Engineering Service Project Engineer staff the existing construction record documents, equipment work orders, etc.
Identify the range of systems available for installation and their advantages and disadvantages to the Government.
Consult with hospital staff to propose construction phasing plans that maintain patient care services at maximum feasible levels while facilitating efficient and expeditious construction activity.

Part II: 30% Submission: The requirements are working drawings at the 30% stage, isolation schematic, marked-up specifications, and a preliminary construction cost estimate. Submit 1 full size set of drawings (30 x42 ) on bond paper, 6 half size set of drawings (22 x 34 ) on bond paper, 1 copy of the marked-up specifications, and 1 copy of the preliminary construction cost estimate.

Part III: 60% Submission: The requirements are working drawings at the 60% stage, isolation schematic, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material, drafted Durham PCRA and NEPA Environmental Compliance form. Submit 1 full size set of drawings (30 x42 ) on bond paper, 6 half size set of drawings (22 x 34 ) on bond paper, 2 copies of the marked-up specifications, 1 copy of the detailed construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a DVD.

Part IV: 95% Submission: The requirements are complete construction drawings showing all details and views, updated and detailed isolation schematic, updated detailed cost estimate, finalized specifications, and finalized PCRA and NEPA forms. Submit 1 full size set of drawings (30 x42 ) on bond paper, 6 half size set of drawings (22 x 34 ) on bond paper, 4 copies of the marked-up specifications, 1 copy of the detailed construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a DVD.

Part V: 100% Submission: Provide 2 sets (one set being unbound) of drawings and new isolation zone maps (30 x42 ) on bond paper, 8 sets of half size drawings and new isolation zone maps on bond paper, 2 sets of unbound specifications, 4 sets of bound isolation zone instructions, and an electronic copy of the drawings and isolation zone maps (.pdf and AutoCAD); and specifications and isolation zone instructions (.docx and .pdf) on a DVD. Drawings, specifications, estimate and calculation shall be stamped by a licensed engineer.

The design deliverables must adhere to the following requirements:

Specifications: The project specifications shall be prepared in Microsoft Word by the A/E from the VA Master Specifications. The general format shall include; Part 1-General, Part 2-Products, and Part 3-Execution. Part 1 verbiage shall include the general requirements, identify applicable standards, and identify submittals required for a particular specification. This information should be directly related and correspond to a specific submittal number enumerated in the Submittal Register as identified in Para. 11 below. Part 2 shall include description of the salient characteristics of the products. Part 3 shall include a description of the methods used to install items of construction. The A/E shall identify all VA Master Specification sections applicable to the project and edit them accordingly to fit the scope of work. If additional specification sections are needed that are not listed in the VA Master Specs, the A/E is responsible to write and edit an appropriate CSI format specification section. Specifications shall be printed on 8 ½ x 11 bond paper using 12pt Times-New-Roman fonts. The A/E shall incorporate into the specifications and its construction site inspection procedures the applicable Infection Control and Dust Control provisions.
Construction Cost Estimates: The A/E shall prepare a Construction Cost Estimate in Microsoft Excel using the CSI 34-division format. The Cost Estimates shall include a copy of the quantity take-offs, breakdown of individual line items that accurately reflect the quantity take-off of the various categories of work involved, unit of measure, quantities, unit cost, 10% overhead, and 10% profit. All cost data shall be taken from the most current version of a recognized industry standard, e.g. Means Estimating Guides. For items that are not in the industry standards, vendor quotes and justification for labor hours shall be provided. Construction Cost Estimates shall be submitted with 30%, 60%, 95%, and 100% design reviews. As part of the cost estimating effort, the A/E shall provide a Schedule of Values such that discrete elements of the Specifications are identified and may be used in negotiations with a proposal bidder.

Submittal Register: The A/E shall develop a list of all uniquely identified submittals required by the specifications in Section 1 of each individual specification. The register should include specification reference, and item to be reviewed/approved and correspond to the Submittal Requirements as identified in the Specification Section addressed in paragraph above. A/E shall use Primavera Submittal Exchange.

Narratives: Written narratives shall be used as part of each design submission. The narrative should be used to elaborate on and provide an explanation of key design decisions by A/E and/or the VA, objectives, obstacles, alternatives and resolutions, design issues or decisions relating to constructability, and in general to communicate all information relevant to the design submission.

Reproduction: The A/E shall be responsible for all reproduction during design; however, only materials which are submitted to the VA for design reviews shall be reimbursable. All other reproduction for in-house reviews, consultants, etc. shall not be reimbursed. At the completion of design, the A/E shall be required to print up to fifty (50) construction document bid sets on a reimbursable basis (to be supported by invoice). Note that all bid administration activities will be performed by the VA Contracting office.

Submission Due Dates:

Part I - Feasibility Study 30 Days from NTP
VA Review 51 Days from NTP
Part II - 30% Submission Due: 81 Days from NTP
VA Review 102 Days from NTP
Part III - 60% Submission Due: 132 Days from NTP
VA Review 153 Days from NTP
Part IV - 95% Submission Due: 183 Days from NTP
VA Review 204 Days from NTP
Part V - 100% Submission Due: 219 Days from NTP

Note: The VA will have 21 days to review each submission

Provide construction period services which shall include the following:

Pre-Construction Meeting: Participate and facilitate this meeting in conjunction with the Contracting Officer and COR, contractor, and representatives of the Building Committee as needed. At this meeting the staging area and work site rules shall be discussed again with the contractor (these should already be included in the specifications). Contract specifications should require a construction schedule submitted within 10 working days from the Notice to Proceed.

Submittal Review and Logs: Designer shall prepare and maintain a log of key submittals and also of RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 10 working days to the COR. Designer is fully responsible for review of all submittals, retaining a record copy of submittals for turn over to the owner upon project completion, and communication with the contractor regarding any deficiencies or changes required to the submittals.

Response to RFIs: The A/E shall be responsible for evaluating RFIs to determine if a change will be required. The A/E shall then provide recommendations to the Contracting Officer. Within 2 business days, the A/E shall provide in writing the information, clarification or revision material needed to properly answer the RFI and to resolve the issue. The A/E shall include a cost/credit estimate for RFIs which result in a change to contract cost.

Construction Change Orders: Designer shall prepare the Statement of Work and Cost estimates (returned within 10 working days) as needed.

Monthly Site Inspections: Designer shall meet monthly with the contractor, COR and others needed to inspect the progress of the construction and report any deficiencies to the same.

Monthly Progress Meetings: In conjunction with the monthly site inspection, the designer shall hold formal progress meetings with contractor, contracting officer, and COR. At these meetings the agenda shall contain a narrative of work completed the previous month, work upcoming, submittals or RFIs outstanding, schedule update, any special coordination items requiring actions, and discussion of change orders or time extension requests. Minutes of this meeting shall be issued within 3 working days of the meeting.

Project Close Out: Designer shall receive notice of intent for final inspection from the contractor, and contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following the final inspection, the designer shall issue a punch list. Contract documents shall specify that the contractor has 15 working days to complete the punch list and notify the designer for re-inspection. Following re- inspection and project acceptance the closeout phase will occur.

Record Drawing Submission: Provide 2 updated set of drawings (30 x42 ) on bond marked as As-built Drawings that include the contractor s mark-ups and also an electronic copy of these updated drawings on DVD.

Period of Performance
Design completion: 219 calendar days; includes VA design reviews
Procurement timeframe: 180 days from the time Engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process
Construction period services: 730 calendar days from construction award date
Total contract period: 1,129 calendar days

PART B - Supplement B
Government Supplied:

The facility record drawings and AutoCAD files are available for the A/E s use. NOTE: Not all record drawings are available on AutoCAD. Additionally, it is emphasized that the accuracy of facility record drawings must be field verified by the A/E. Prints of any current as-built drawings shall be made available to the A/E during any of his site visits if requested. The VA Engineering Department drawing files, large size copier and paper will be made available for use by the A/E for this purpose.

The project design shall be completed in accordance with this A/E scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria otherwise required by the VA. The A/E shall retrieve all VA design information and standards from the VA Office of Construction and Facilities Management Web Site (https://www.cfm.va.gov/). These documents and all national, state, and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The following references, as applicable, shall be utilized for planning and design purposes:
National CAD Standard Details PG-18-4
VHA Program Guide PG-18-3
VA Master Construction Specifications
PG 18-10 Structural Design Manual
National Electric Code (https://neca-neis.org/home)
PG-18-13 Barrier Free Design Handbook
NFPA 101, Life Safety Code (https://nfpa.org)
PG 18-10 Electrical Design Manual
Government-furnished Record Drawings (AE to field verify conditions)
PG-18-15 A/E Submission Requirements.

Durham VA PICRA Form and NEPA Compliance Forms will be supplied to identify infection control and environmental risks.

(End of Statement of Work)

A-E SELECTION PROCESS:
The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with FAR 36.602-3(c). The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions.
Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract.
SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance:
Selection Criterion 1, Specialized Experience and Technical Competence
Specialized experience and technical competence in the design of medical facility communication systems in medical facility buildings of similar size (5+ story hospital) and components as may be necessary to achieve project goals. The evaluation may consider other elements such as project phasing to maintain hospital operations during construction, quality control procedures, and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. These areas shall be addressed in section H of the SF 330. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation.
Offeror shall provide a minimum of 3 (three) but no more than 5 (five) recent and relevant projects to demonstrate its specialized experience and technical competence. "Relevant" is defined as those task requirements identified in the RFQ's Scope of Work. "Recent" is define as services provided within the past 5 (five) years. Each project shall include the following:
Project title, location, and detailed narrative describing the scope of services provided, including the type of work performed by the offeror and its role in the project, i.e., prime contract, Teaming Partner, or subcontractor
Project Owner, owner's point of contact, including telephone number and email address.
Services & Deliverables provided under the contract/task order
Period of Performance, including start and completion dates
Total dollar value of the project.
Selection Criterion 2, Professional Qualifications
The architects and engineers on the firm's staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure.
At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architectural, Structural, Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm.
Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement:
I [signatory authority]______, [company] _______ certify that the team proposed to perform under this requirements demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10.
Criterion 3, Capacity
The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. Provide a draft schedule IAW the 1,129 calendar day period of performance required for this project.
Criterion 4, Past Performance
On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Please utilize the attached PPQ document, if needed. CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS.
Criterion 5, Knowledge of Locality
Include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms, and trades labor availability, and local laws and regulations.
Criterion 6, Construction Period Services
Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services.
The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and "NM" means that the firm did not meet the synopsized selection criterion.:
Selection Criteria
Specialized Experience and Technical Competence
Professional Qualifications
Capacity
4. Past Performance
Knowledge of Locality
Construction Period Services
PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL six (6) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E 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 A-E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.
LIMITATIONS:
852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses.
852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction.
SUBMISSION CRITERIA/REQUIREMENTS:
Interested firms having the capabilities to perform this work must submit:
ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Vangie.Miller@va.gov no later than 5:00 P.M. Eastern Daylight Time on January 19, 2024.
Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer.
Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24624R0028 Replace Nurse Call System, Project #558-23-154 (1 of n, 2 of n, etc.).
All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay).
Interested firms are responsible for ensuring delivery of submission.
ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT:
1) Cage Code
2) Unique Entity Identifier (UEI) Number
3) Tax ID Number
4) The E-mail address and Phone number of the Primary Point of Contact
5) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, large, etc.).
6) A copy of the completed VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting 6ertificate of Compliance for Services and Construction. (NOTE: The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award.)

The firm and or A-E on staff representing the project must follow State of North Carolina guidelines under State law for all licensing requirements to sign and seal drawings.
Each respondent must be able to demonstrate the ability to comply with the Limitations on Subcontracting, in accordance with FAR Clause 52.219-14 and VAAR Clauses 852.219-73 and 852.219-75.
Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package.
It is the offeror s responsibility to check the Contract Opportunities website at: www.SAM.gov for any revisions to this announcement prior to submission of SF330s.
VENDOR QUESTIONS:
All questions shall be submitted to vangie.miller@va.gov no later than 5:00 P.M. Eastern Daylight Time on January 8, 2024.
Attachments/Links
Contact Information
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 20, 2023 10:28 am ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >