SUBJECT* 689-25-112, AE Replace Underground Storage Tanks GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 02301 SOLICITATION NUMBER* 36C24125R0025 RESPONSE DATE/TIME/ZONE 01-09-2025 3PM EASTERN TIME, NEW YORK, USA ARCHIVE 90 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE SDVOSBC PRODUCT SERVICE CODE* C1DA NAICS CODE* 541330 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs VA Boston Healthcare System Contracting Officer (90C) 940 Belmont Street Brockton MA 02301 POINT OF CONTACT* Contract Specialist Cecilia Antwi cecilia.antwi@va.gov (774) 360-3612 PLACE OF PERFORMANCE ADDRESS Department of Veterans Affairs West Haven Campus Newington Campus POSTAL CODE COUNTRY ADDITIONAL INFORMATION AGENCY S URL https://www.va.gov/. URL DESCRIPTION Department of Veterans Affairs AGENCY CONTACT S EMAIL ADDRESS cecilia.antwi@va.,gov EMAIL DESCRIPTION DESCRIPTION Introduction Network Contracting Office 1 (NCO1), supporting VA New England Healthcare System (VISN1) and VA Connecticut Healthcare System (West Haven and Newington campuses, CT) is seeking potential sources for an upcoming requirement for Architect and Engineering Services. THIS NOTICE IS NOT A REQUEST FOR QUALIFICATION STATEMENTS (SF330). This notice is a market research tool and has not been set aside for any small business category, however, the notice is issued to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the Contracting Officer to determine the applicable socio-economic set aside for the procurement. Failure to respond to this notice will not impact consideration of architect and engineer firms (or joint ventures) which otherwise meet set aside requirements and submit responses to the follow up public announcement. Once the appropriate set-aside is determined, a separate public announcement requesting qualification statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. code § 1101 and FAR 36.601. General Project Description and NAICS The VA West Haven and Newington requires an Architect and Engineering (A/E) firm to provide all professional architectural and engineering services. Part One Services necessary to complete the West Haven existing tank area bounded by utilities and is in the main access to the courtyard east of building 38 otherwise known as generator building 2 (GB2) and the Newington existing tank areas along the roadway northeast of building 2E, north off building 2W and north of building 3 boiler plant. The service is Design service and shall include drawings, specifications, and cost estimates. The Contractor shall provide professional services in accordance with the scope of work. The purpose of this notice is to determine if there are qualified SDVOSB s or VOSB s, WOSBs, and Small Business that have experience with this type of work and if such firms are interested in this procurement. The NAICS code is 541330 and the small business standard is $25.5 Million. Information Sought Parties interested in the upcoming procurement should provide the following documentation: State your name (as it appears in SAM.gov), firm office location where these services will be performed from, UEI number, and socio-economic status of the firm (i.e. verified SDVOSB or VOSB, WOSB, SB, Large Business). Please include a point of contact with an email address. If responding as an SDVOSB or VOSB, provide evidence of verification in VetCert under NAICS code 541330. A positive statement of your intention to submit a SF330 for evaluation when request is posted. Include a statement that you have an established office or satellite office with experience designing and knowledge of the locality separately from geographic proximity. Examples include knowledge of geological features, climatic conditions, or local construction methods that are unusual or unique. Provide a brief narrative on the firm s experience providing services similar to those described in the attached Statement of Work. Please provide contract descriptions, dollar amounts, telephone numbers for points of contact. Descriptions should also detail experience with hybrid operating room design. Although this Sources Sought Notice applies to all socioeconomic categories, SDVOSB and VOSB firms will need to provide evidence of ability to meet at least 50% of the cost of personnel for performance will be spent for employees of your concern or employees of other eligible SDVOSB or VOSB concerns (Reference VAAR 852.219-73 for SDVOSB set-aside requirements or 852.219-74 for VOSB set aside requirements). If you state you will use other eligible firms, provide their names and UEI numbers. What would be the expected make-up of the firm s terms of socio-economic categories and estimated percentage of work to be completed by your firm and each subcontractor? If the procurement is set aside for any category of small business, generally fifty percent of more of the work would need to be performed by the contractor or a similarly situated subcontractor in terms of percentage of cost. For instance, if set aside for service-disabled veteran owned small business (SDVOSB), 50% or more of the contract would need to be performed by verified SDVOSBs-no other small business categories would count towards the percentage. If set aside for small business, 50% of the contract would be required to be performed by small business which would include performance by a verified SDVOSB because they are also a small business. If the procurement is not set aside and reaches certain dollar thresholds, the Government would negotiate an acceptable subcontracting plan to utilize small business concerns. A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. Proof of professional liability insurance required to cover the amount of the expected construction contract cost. Evidence of the company s ability to perform at least twenty-five (25%) of this requirement in accordance with Federal Acquisition Regulation (FAR) 52.219-14: Limitations on Subcontracting. Submission Instructions Interested firms shall hold active SAM registration. Visit www.sam.gov to register in this database. SDVOSB or VOSB firms shall be certified by Veterans Small Business Certification (VetCert) (Veterans Small Business Certification (sba.gov). All information must be submitted in sufficient detail for a decision to be made on the availability of interested firms. Failure to submit all information requested in addition to the below form will result in a contractor not being considered as an interested concern. If adequate interest is not received by 3:00PM EST on January 9, 2025, this action will not be set-aside for SDVOSBs, VOSBs, WOSBs or Small Business firms. Interested firms must reply via e-mail to Cecilia.Antwi@va.gov with the title Response to Sources Sought-Replace Underground Storage Tanks, West Haven and Newington . DISCLAIMER This Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.