Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2013 FBO #4093
DOCUMENT

C -- VISN 18 A/E IDIQ For Energy Services (Design and Engineering) - Attachment

Notice Date
2/5/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70113R0014
 
Response Due
1/4/2013
 
Archive Date
3/5/2013
 
Point of Contact
Justin O'Rourke
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRESOLICITATION NOTICE The Department of Veterans Affairs (VA) Program Contracting Activity Central (PCAC) is seeking qualified Architect /Engineering (A/E) firms to submit their Standard Form 330 (SF-330) "Architect / Engineer Statement of Qualifications" for a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for energy related A/E services at VA facilities in VISN 18 (Veterans Integrated Services Network). Firms must also be a fully licensed A/E in at least one of the states (Arizona, New Mexico, and Texas) in VISN 18 to be considered. VISN 18 includes: Amarillo VA Health Care System in Amarillo, TX El Paso VA Health Care System in El Paso, TX New Mexico VA Health Care System in Albuquerque, NM Northern Arizona VA Health Care System in Prescott, AZ Phoenix VA Health Care System in Phoenix, AZ Southern Arizona VA Health Care System in Tucson, AZ West Texas VA Health Care System in Big Spring, TX All VISN 18 Outpatient Clinics and Vet Centers, Veterans Benefit Administration (VBA) Offices and National Cemetery Administration (NCA) sites A/E Services to be provided under this contract will include, but are not limited to geothermal, co-generation, bio-mass, solar photovoltaic, wind turbine, retro-commissioning, commissioning, LEED-EB, renewable energy, feasibility studies, energy assessments, energy efficiency, water conservation, and greening of government projects. Other work includes planning and designing for VA facilities by applying architectural and engineering knowledge to construction procedures, zoning regulations, building codes and building materials. The following A/E disciplines may be required (but are not limited to) Architectural - Mechanical - Electrical - Structural - Civil - Landscape - Geotechnical - Surveying / Mapping - Interior Design - Hazardous Materials / Environmental Services (asbestos, lead survey) - National Environmental Policy Act (NEPA) - Historic Preservation - Energy - Cost Estimation - Commissioning. A/E services may include any combination of studies, assessments, investigations, surveying/mapping, tests, evaluations, consultations, comprehensive planning, program management, value-engineering, conceptual designs, schematic design, design development, construction documents, and bid & construction period services. Requirements will vary for each individual IDIQ Task Order and will be defined by separate scopes of work. The proposed procurement will be set-aside for Certified Veterans Enterprise (CVE) verified Service Disabled Veteran-Owned Small Business (SDVOSB) firms under NAICS Code 541330, Engineering Services (Small Business Size Standard $14.0 Million). The Government intends to award three (3) Firm Fixed Price IDIQs, but will reserve the right to award four (4). The IDIQ contract will be for one base year from the date of award with options to extend the term of the contracts for four (4) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract award amount of $7,500,000.00 is reached. Each contract awarded will have a guaranteed minimum order of $2,500.00 for the total of the base year and all option years. The minimum value of any individual Task Order is $2,500.00, with a maximum Task Order value of $3,500,000.00. Each specific IDIQ Task Order shall be separately negotiated based on the A/E effort involved. This procurement will be following the procedures established in the Brooks Act, FAR 36.6, and VAAR 836.6. The selection process will be made using a two stage process. Stage I consists of the initial evaluation of the SF-330's and determination of the highest rated firms. The highest rated firms will then be short listed and invited to continue with Stage II of the process. All firms not shortlisted will be notified at this time. Stage II consists of Interview Presentations for the shortlisted firms and selection of the top ranked firms to receive the solicitation and conduct negotiations. Stage I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below. The factors are listed in descending order of importance. The technical evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF-330. 1.Professional Qualifications of Team Proposed - Background of firms (Prime and Sub) and key personnel (Project Manager, Principal, and other key personnel) provided in the SF330. 2.Previous Experience of Proposed Team - Provide the specific experience and qualifications of the personnel proposed for Governmental energy and healthcare facility projects, including energy systems, water efficiencies, renewable energy projects, and retro/commissioning projects and their record of working together as a team. 3.Firm's Capacity - Describe the firm's ability to accomplish the work in the required time, including the possibility of one or more projects simultaneously. Indicate the firm's present workload and the availability of the project team, for the specified contract performance period. Demonstrate the estimating effectiveness for ten of the firm's most recently bid energy-related projects. 4.Past Performance - Past performance on contracts with government agencies in terms of cost control, quality of work, and compliance with performance schedules. (In accordance with VA Information Letter (IL) 049-03-9, past performance evaluations may also be conducted using information obtained from CPARS and any other sources deemed appropriate by the CO.) 5.Management Plan - Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 6.Geographic Location in VISN 18 - Identify on map the distance of A/E firm or branch office location relative to VISN 18 facilities listed above. Distance must be within a 350 road-mile radius of at least one of the seven Medical Center facilities in VISN 18 to be considered or a location in one of the three states that make up VISN 18 (Arizona, New Mexico, and Texas). The radius does not include Outpatient Clinics, Vet Centers, VBA Offices, or NCA Sites. 7.Specialized Experience of Team - Specialized experience with energy conservation projects, sustainable design, waste reduction, Energy STAR, Green Globes, LEED, and other energy related technologies. Also provide the firm's sustainable design philosophy. 8.Miscellaneous Experience - Address experiences from the projects listed in the SF 330 in regards to: (1) CADD and other computer applications; (2) value engineering; (3) life cycle cost analyses; (4) environmental; (5) historic preservation; (6) energy conservation; (7) new energy resources; and (8) Critical Path Management (CPM) and fast track construction. Also include any tangible evidence demonstrating superior performance, such as certificates, awards, peer recognitions, etc. 9.Insurance and Litigation - Address the types and amounts of liability insurance carried. Identify all litigation against the firm because of improper or incomplete architectural and engineering services over the last ten years and its outcomes. Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. Additional criteria will be provided to these firms, and they will be given approximately ten (10) days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated and the top-ranked firms will be selected, sent solicitations, and subsequent negotiations to follow. Award selection will be made based on the results of the Interview Presentations only, and not the SF-330 qualifications from Stage I. A/E firms are required to submit the SF-330 and supporting documentation electronically via e-mail. The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF-330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in Arial size 12 font, single spaced. Use graphic presentations where such use will contribute numbers, page numbers, etc.) shall be provided in an image area of 7 X 9 inches. The background color of each page of the submission shall be white or ivory stock only. The proposal shall be submitted as a single application-generated (not scanned), searchable PDF document that is less than or equal to 5MB in size to the compactness and clarity of the quote. A page is defined as each face of an 8.5 X 11 inch sheet of paper containing information. Please email your information electronically to justin.orourke@va.gov as a zip file the e-mail subject line of the e-mail must show "VISN 18 A/E Services # VA-701-13-R-0014". Also provide a copy of the SF-330 on a CD, to: Attn: Justin O'Rourke, 6150 Oak Tree Blvd., Suite 300, Independence, OH 44131. No paper copies will be accepted. Any technical questions must be received by email only, and no later than February 26, 2013. Proposals must be received no later than 12:00 P.M. EDT on March 8, 2013, in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d632125c3684aecb5bb3665369012f2c)
 
Document(s)
Attachment
 
File Name: VA701-13-R-0014 VA701-13-R-0014_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=608199&FileName=VA701-13-R-0014-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=608199&FileName=VA701-13-R-0014-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02979314-W 20130207/130205233928-d632125c3684aecb5bb3665369012f2c (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.