SOLICITATION NOTICE
C -- 556-402, Expand SPD (SCIP) (AE)
- Notice Date
- 3/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Great Lakes Acquisition Center (GLAC);CAPT James A. Lovell FHCC;3001 Green Bay Road;Building 1 Room 329;North Chicago, IL 60064
- ZIP Code
- 60064
- Solicitation Number
- VA69D14I0630
- Response Due
- 4/5/2014
- Archive Date
- 5/5/2014
- Point of Contact
- Carmella L. Speer
- E-Mail Address
-
10-3650<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUEST FOR SF 330's This is a request for Standard Form 330, not a request for proposal. Provide Architectural/Engineering (A/E) design services for project # 556-402: Expand Sterile Processing services (SPS) and Clinical Services, Building 133 at the Capt. James A. Lovell Federal Health Care Center (Lovell FHCC). The Statement of Work (SOW) includes Design Development, Construction Document, and Construction Administration phases of design process, utilizing the provided programming/schematic design information for the study and design of expanding SPS and associated prosthetics, central supply and pharmacy areas at Building 133. The design capacity will be up to 15,000 square feet. The awarded A/E firm will develop standard construction documents for bidding and construction by a qualified general contractor. This request for SF330 is 100% set-aside for Service Disabled Veteran Owned Small Business Firms. In accordance with VAAR 819.7003(b), SDVOSB firms must be verified in the VIP database or hold a "Re-verification" symbol listed next to the firm's name prior to submitting an SF330 on this solicitation. All interested parties must be registered in the System for Award Management (SAM) Database and must have current record in the Online Representations and Certifications Application (ORCA). If you are not registered with SAM, you may register online at http://www.sam.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov. The A/E firm must be located within a 600 mile radius of CAPT James A. Lovell Federal Healthcare Center, North Chicago, Illinois. The desired area of consideration is within a 150 mile radius of the CAPT James A. Lovell Federal Health Care Center. Responses received outside the 150 mile radius will receive a lower rating during the evaluation process. The 150 mile radius will be determined using the following website: http://www.freemaptools.com/raius-around-point.htm.. Prospective firms are reminded per FAR 52.219-14: By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Qualifications of responding firms should include but not limited to the evaluation factors below in descending order of importance: 1.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of design services required 2.Specific experience and qualifications of personnel proposed for assignment to the project 3.Past record of performance on Contracts with the Department of Veterans' Affairs 4.Professional capacity of the firm in the designated geographic area of the project to perform work 5.Maintaining project schedules and project budgets 6.Knowledge in design and construction requirements 7.Cost control effectiveness and estimating accuracy 8.CVE verified Service Disabled Veteran Owned Small Business (SDVOSB) 9.Location and Facilities of Working Offices 10.Awards 11.Insurance and Litigation A/E firms, which meet the requirements listed in this announcement, are invited to submit one (1) original hard copy or one (1) electronic copy (E-mail or CD media, No flash drives,) of the completed Standard Form (SF) 330 no later than 1:00 PM CST, April 05, 2014. Submittals will be evaluated per the evaluation factors listed above. Only one (1) firm will be selected for award of this A/E contract. Packages are to be emailed to: Packages are to be sent to: Carmella Speer: carmella.speer@va.gov Department of Veterans Affairs Captain James A. Lovell FHCC Great Lakes Acquisition Center Attention: Carmella Speer 3001 Green Bay Road Building 1, Room 329 North Chicago, IL 60064-2226 NAICS code 541310 applies. The Small Business Standard is $7 million. Cost Range $500,000.00- $1,000,000.00 No bid packages are available. This is NOT a Request for Proposal. Award is subject to the availability of funds
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D14I0630/listing.html)
- Place of Performance
- Address: CAPT James A Lovell Federal Health Care Center;Great Lakes Acquisition Center;3001 Green Bay Road;Building 1, Room 329;North Chicago, IL
- Zip Code: 60064
- Zip Code: 60064
- Record
- SN03302286-W 20140307/140305234252-c3c966715c3c42142d7f884eca694c29 (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 |