Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
DOCUMENT

C -- A-E IDIQ - Attachment

Notice Date
9/18/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Erie VAMC;Acquisitions (Bldg 9 03C);135 E 38th St;Erie PA 16504-1559
 
ZIP Code
16504-1559
 
Solicitation Number
VA24412R0204
 
Response Due
10/22/2012
 
Archive Date
1/20/2013
 
Point of Contact
DONALD J. KALIVODA
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is for the selection of an Architect-Engineer (A-E) for an Indefinite Delivery Indefinite Quantity (IDIQ) design contract. The location of the projects will be at the Erie Veterans Administration Medical Center, 135 East 38th Street, Erie, Pennsylvania. Work will be required on an œas needed basis and will be awarded by use of firm fixed Task Orders. CONTRACT INFORMATION: The AE IDIQ contract may be used for a wide range of design services. Primarily the Task Orders will be used, but not limited to, design of new commercial/industrial type facilities and to design renovations of existing facilities. The scope of design services may include, but not be limited to, architectural, civil, structural, mechanical, electrical, LEED Accredited Professional, geotechnical, topographical, facility commissioning services, environmental for design of new construction, repair/alteration, renovations of multi-use facilities, utilities, pavements, etc. Expected A-E services may require any combination of the following: Title I “ Site Investigation Services, Title I - Design Services, and Title II “ Construction Period Services. This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Veterans Administration Acquisition Regulation (VAAR) 836.6. Firms will be selected for presentations based on demonstrated competence and qualifications for required work. This contract is set-aside 100% for Service Disabled Veteran Owned Small Business ™s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541310. The contract will be awarded for one (1) basic year and will contain an option to extend the contract for four (4) additional one year periods. A single Task Order will not exceed $550,000. The total value of all Task Orders under a single contract will not exceed $2 Million per year. Total value of the contract shall not exceed $5,000,000.00 with a minimum $5,000.00 guaranteed only in the basic year. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. A Firm Fixed Price (FFP) contract will be awarded. The successful offeror is required to furnish all labor, materials, tools, equipment and professional A-E services necessary to complete the entire Task Order project and submission requirements. The A/E will provide a cost estimate at each review and a final cost estimate to perform the above work and will design only those items that can be provided within the cost limitation. SELECTION CRITERIA: The VA will use the following criteria to determine competition when reviewing the SF 330 received. If a submitting firm fails to meet these criteria they will be deemed irresponsible and be removed from competition. Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 will be used. The first two factors are significantly more important than the other six (6) factors and the other six (6) factors are of equal weight of importance. 1.) Professional qualifications necessary for satisfactory performance of required services: This factor evaluates the individual experience of the persons that are to be assigned to the design team. The key positions should include registered and licensed personnel such as Project Managers, Quality Assurance Managers, Architects, Architectural Engineers, Structural Engineers, Electrical Engineers, Mechanical Engineers, Civil Engineers, Fire Protection Engineers, Environmental Engineers and Resident Engineering / Construction Management. Firms may submit any other personnel they fell are significant for the types of work described in Specialized Experience 2.) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. This may include, but not limited to, general renovation of medical center space to include architectural changes of walls, ceiling, floors, finishes, masonry, doorways including hardware, plumbing including storm sewer, sanitary, hot and cold water, heating, ventilation, air conditioning (HVAC) to include, package units, variable air and constant air volume terminals with reheat, variable frequency drive air handlers, steam and condensate piping, primary and secondary electrical circuits, digital controls, fire protection to include sprinkler system, central fire and security alarms, audio paging systems, asbestos abatement and all work to return space to finished, functioning condition. Experience providing drawing in 3D. Designing general construction of new space to include structural work, roofing, exterior walls, site work, site utilities and work as stated above. Design of specialty construction may include tuck pointing, asphalt paving, elevators, complete key system, large chillers and boiler controls. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities 3.) Capacity to accomplish the work in the required time: This factor evaluates the ability of the A-E firm to given their current projected workload and the availability of their key personnel, to accomplish the project in the required time. AE to provide demonstrated compliance to performance schedules, adherence to timelines for deliverables, the ability to meet unusual time constraints and methods of project management. 4.) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules: This factor shall be evaluated based on the information provided by the A-E from previous government agencies and private industries on similar type of projects, performance appraisals on file in Past Performance Information Retrieval System (PPIRS) and contact with personnel listed in the SF 330 regarding past performance as well as evaluation board members personal knowledge of the firm 5.) Location in general geographical area of the project and knowledge of the locality of the project: This factor evaluates the distance from the Prime AE firm ™s office to the location of work (Erie VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor 6.) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness 7.) Record of significant claims against the firm because of improper or incomplete architectural and engineering services 8.) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. ADDITIONAL SELECTION CRITERIA: In addition to the selection criteria identified above, the Prime A/E firm must be capable of arriving at the Erie VA Medical Center within seven (7) hours of notification by the Erie VAMC Contracting Officer Representative. The offeror must provide specific details in their SF 330 submittal on how this will be achieved. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) electronic copy of Parts I and II in the format found at http://www.acgov.org/pwa/documents/sf330.pdf no later than 2:00 pm on October 22, 2012. All SF330 submittals must be sent to the attention of Donald Kalivoda (90C), Erie VA Medical Center, 135 East 38th Street, Erie, PA 16504. Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of donald.kalivoda@va.gov. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet Number Tax ID Number The e-mail address and phone number of the Primary Point of Contact A printed copy of the firms VetBiz Registry In order to assure compliance with FAR Clause 52.219-14(b)(1) “ Limitations on Subcontracting, all firms submitting SF 330 ™s for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the Prime A-E firm ™s employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc) Personal visits by A-E firms, for the purpose of discussing this announcement or the submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Prior to contract award, the selected firm must be registered in System for Award Management (SAM) at www.sam.gov and must also be registered in VetBiz and be verified PRIOR to submitting the SF 330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC562/VA24412R0204/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-R-0204 VA244-12-R-0204_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=479852&FileName=VA244-12-R-0204-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=479852&FileName=VA244-12-R-0204-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02888439-W 20120920/120919002520-bb1276e887dcf7b2e72858fe0b3f8e45 (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.