DOCUMENT
C -- A/E IDIQ Contract - Attachment
- Notice Date
- 7/1/2011
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- VA24711RP0194
- Response Due
- 7/28/2011
- Archive Date
- 9/26/2011
- Point of Contact
- Bonita Floyd-Ross
- E-Mail Address
-
6-4000
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Williams Jennings Bryan Dorn VAMC, 6439 Garners Ferry Road, Columbia, SC, is advertising for a Multiple Award, Indefinite Delivery-Indefinite Quantity (IDIQ), multi-discipline contracts for Architect-Engineer Services. This acquisition is a 100% set-aside for Service Disabled Veteran Owned Small Businesses pursuant to Public Law (PL) 109-461, the Veterans Benefits, Health Care, and Information Technology Act of 2006. Tasks shall include architectural, civil, mechanical, plumbing, electrical and structural disciplines. We may possibly award up to three or more separate IDIQ contracts from this solicitation. The selected A/E firms shall provide professional A/E services for various VA projects as required. A/E services shall include, but will not be limited to, design services to include the preparation of designs, plans, specifications, cost estimates, construction period services, site visits and other related professional services as defined by FAR Part 36.6 that may be necessary. To be selected, the A/E firm is required to have a registered Architect and Professional Engineer on staff. Any required engineering (Electrical, Mechanical, Civil, Structural, Fire Protection) as well as the Industrial Hygienist and Commissioning services may be obtained on a consultant basis through a professional engineering firm. The North American Industry Classification System (NAICS) codes that apply to this source sought are 541310 Architectural Services and 541330 Engineering Services. NAICS codes 541310 and 541330 both have a Small Business Size of $4.5 million. The contract term is for a one-year (1) base period with four (4), one-year option periods. The maximum contract value will not exceed $5Million aggregate total. The minimum guarantee for the entire contract term, to include options is $10,000. The award of the initial task order will satisfy the minimum guarantee for the entire contract term (including option years). The maximum amount of individual task orders issued under this contract is $500,000. The annual dollar limit per year shall be $1Million. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Task orders may include, but are not limited to: 1)Schematic Phase: to include but not limited to making site investigations, collecting data, performing analysis, 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 analysis, 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. This is a request for SF 330 ™s Architect-Engineer Qualifications only. To be considered for selection, interested eligible firms should submit two (2) copies of their SF 330 and a CD no later than 4:00 p.m. on May 30, 2011 to Bonita Floyd-Ross, Contracting Officer, 6439 Garners Ferry Road, Columbia, SC 29209. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within submitted SF330 packages. All submissions must be bound in some manner (no paperclips) (spiral, wire, binder) Forms are available on the internet at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000. Firms must be registered with Central Contractor Registration (CCR) and the VETBIZ and CVE certified prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov and the VETBIZ website, http://www.vetbiz.gov/. Eligible firms, to include subcontractors, team members, and partners must be located with 120 miles of Columbia, South Carolina, as determined by online Mapquest Directions (www.mapquest.com). The A/E selection criteria may include the following elements, (a) through (m) not necessarily listed in order of importance or merit; (a) Proposed management plan; (b) Previous experience; (c) Professional qualifications (d) Facilities location; (e) Proposed design approach; (f) Cost control: (g) Schedule control; (h) Estimating effectiveness; (i) Experience and capabilities in the following areas: value engineering, life cycle analysis, critical path method, fast-track construction, energy conservation, new energy sources, environmental assessment, specialized experience, computer aided design, drafting, and other computer applications; (j) Awards received; (k) Circumstances and outcomes of any litigation you have been involved in over the past five years; (l) Type and amount of liability insurance carried, and (m) Background of proposed key personnel. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting and all Joint Ventures must submit agreements that comply with 13 CFR 125.15 prior to contract award. The NAICS Code for this procurement is 541310, Architectural Services and 541330 Engineering Services. THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED. Any request 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24711RP0194/listing.html)
- Document(s)
- Attachment
- File Name: VA-247-11-RP-0194 VA-247-11-RP-0194_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=215203&FileName=VA-247-11-RP-0194-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=215203&FileName=VA-247-11-RP-0194-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-247-11-RP-0194 VA-247-11-RP-0194_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=215203&FileName=VA-247-11-RP-0194-000.doc)
- Place of Performance
- Address: William Jennings Bryan Dorn VAMC;6439 Garners Ferry Road;Columbia South Carolina
- Zip Code: 29209
- Zip Code: 29209
- Record
- SN02488194-W 20110703/110701234443-a83548ce2f9a862e78d1256a86832bec (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 |