Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2010 FBO #3269
SOLICITATION NOTICE

C -- VISN 11 AE Small IDIQ Northern Tier

Notice Date
11/4/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA25111RP0021
 
Response Due
12/6/2010
 
Archive Date
2/4/2011
 
Point of Contact
Elizabeth Terhune, Contracting Officer
 
E-Mail Address
Elizabeth Terhune, Contracting Officer
(elizabeth.terhune@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The VISN 11 Contract Service Center is advertising for a Multiple Award, Indefinite Delivery - Indefinite Quantity, multi-discipline contract for Architect/Engineer (A/E) Services. This requirement will be set-aside for Service Disabled Veteran Owned Small Business (SDVOSB). Any subsequent award will require firms to be registered in ORCA and CCR as an SDVOSB. Any subsequent award will require firms to be REGISTERED AND VERIFIED in the Vendor Information Pages (VIP) at www.vetbiz.gov database. Services will be required for the following VA facilities: Ann Arbor Michigan, Battle Creek Michigan, Detroit Michigan, and Saginaw Michigan. The selected A/E firm(s) shall provide professional A-E services for various VA projects as required. The following A/E disciplines are expected to be required during the course of the contract: architecture, structural, civil, mechanical, plumbing, landscaping, electrical, fire protection, industrial hygiene, interior design, surveys, or other A/E services as defined by FAR Part 36.6 that may be necessary. Task orders may include, but are not limited to: 1) Schematic Phase: to include but not limited to making site investigations, collecting data, performing analyses, making presentations and conducting other fact finding studies as might be necessary to support the design of the project. This may include economic analysis and feasibility studies and developing scopes for programmed projects. Services may also include additional consultant services as necessary based on specific project scope. 2) Design Development: may include engineering calculations and analyses, complete design, and statements of probable cost. 3) Construction Documents: to provide complete detailed construction documents for final review that are of such quality and completeness that they can be competitively bid by contractors. 4) Bid Documents: to provide completed detailed, signed drawings, specifications and documents complete and ready for issuance to prospective contractors. 5) Construction Period Services: to include but not limited to answering Requests for Information, Inspections, as-built drawings, and reviewing submittals. The maximum cumulative A/E fees under any resultant contract(s) shall not exceed $5 million dollars, which is inclusive of a base year and four (4) one-year option periods which may be awarded at the sole discretion of the Government. Maximum fee for each task order shall not exceed $150 thousand dollars. The maximum cumulative award to any single A/E firm is $2 million dollars over the life of the contract. The minimum guarantee for the entire contract term is $1,000 per awarded contract. The VA will provide a specific scope of work for each delivery order along with a request for the A/E to prepare a fee proposal. Fee proposals shall be based on pre-established unit prices for all disciplines. Unit prices for unique services not included in the original negotiation will be negotiated on a case by case basis with each task order. The award of the initial task order will satisfy the minimum guarantee for the entire contract term (including option years). Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Eligible Prime contractor firms must have a working office located within 300 miles of Byron, MI 48418 (the approximate center point of the four VA Medical Centers. This distance is determined by MapQuest - eligible Prime contractors working office address to zip code of Byron, MI 48418.) The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services and 541330 Engineering Services. NAICS Codes 541310 and 541330 both have a Small Business size standard of $4.5 million. The A/E selection criteria shall include the following elements (a) through (l), not necessarily listed in order of importance or merit. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. a) Professional qualifications necessary for satisfactory performance of required services b) Specialized experience and technical competence in the types of work required, including experience in energy conservation, pollution prevention, waste reductions, and the use of recovered materials; sub-factor to be recentness of projects submitted as examples of experience. c) Professional capacity of the firm to accomplish the work in the required time d) Past performance in terms of cost control, quality of work, and compliance with schedules of no more than ten (10) most recent projects e) Location in the geographical area of the project, working office of the Prime Contractor shall be located within a 300-mile radius of Byron, MI 48418. f) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness g) Record of significant claims or litigation against the firm because of improper or incomplete architectural and engineering services in the past five years; sub-factor will be record of significant claims or litigation against any sub-contractor of the team because of improper or incomplete architectural and engineering services in the past five years h) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team i) Specialized experience with healthcare related designs in a hospital setting j) Comparison of A/E estimate to final construction bid cost on ten (10) most recent projects. k) Knowledge of VA design standards, technical manuals, and specifications l) Existing workload that may limit A/E's capacity to perform project work expeditiously. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. The socio-economic set-aside associated with this advertisement is Service Disabled Veteran Owned Small Business (SDVOSB). Therefore, this acquisition is open to all firms meeting the qualifications of SDVOSB under the associated NAICS code as registered in ORCA and CCR, also registered and verified in the Vendor Information Pages (VIP) at www.vetbiz.gov database. Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. SF330 package shall address how it is anticipated these criteria will be met. Qualified A/E firms are required to submit THREE (3) hard copy's and ONE (1) via CD of their entire completed SF Form 330 packages; SF330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF330 package. All hard copy submissions must be bound in some manner. Information shall be submitted no later than 4:30 PM EST December 6, 2010. Telephone inquires will not be honored. No faxed or emailed forms/submissions will be accepted. Mailed submissions sent to: Department of Veterans Affairs Medical Center (90CSC), Attn: Elizabeth Terhune, Contracting Officer, 1481 West Tenth Street, Indianapolis, IN 46202. Information can also be hand carried or submitted via commercial express service (NON US Postal mail) to VA Contract Service Center Building 7, ATTN: Elizabeth Terhune (90 CSC), 2669 Cold Spring Road, Indianapolis, IN 46222 (Postal Mail is NOT delivered to this location). This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more firms deemed most highly rated after initial source selection will be chosen for interviews. It is expected that task order contracts will be awarded to a minimum of three (3) firms deemed most highly qualified after interviews. 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. Award of any resultant contract is contingent upon the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25111RP0021/listing.html)
 
Record
SN02322277-W 20101106/101104233931-2b1528f84d69ac7ba1911098c878be5b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.