Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2014 FBO #4494
DOCUMENT

C -- AE IDIQ - 3 AE and 3 MEP - Attachment

Notice Date
3/13/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA24514R0087
 
Response Due
4/28/2014
 
Archive Date
7/27/2014
 
Point of Contact
Shari M Kesecker
 
E-Mail Address
3-0811
 
Small Business Set-Aside
Total Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. NAICS Code: 541 -- Professional, Scientific, and Technical Services; 541310 - Architectural Services and 541330 - Engineering Services The Department of Veterans Affairs Medical Center (VAMC); VISN 5 Contracting, 510 Butler Avenue, B308B, Martinsburg, WV 25405 is advertising for a Multiple Award, Indefinite Delivery - Indefinite Quality (IDIQ) for Multi-Disciplinary contract for Architectural and Engineering Services at the VA Medical Center, Martinsburg, WV and its Community-Based Outpatient Clinics (CBOCs) located in Stephen City, VA, Hagerstown, MD and Cumberland, MD. This acquisition is a 100% Total Small Business Set-Aside. Any subsequent award will require firms to be registered in System for Award Management (SAM) (www.sam.gov) as a small business. Eligible Prime contractor firms must have a working office location within 0-300 miles of the VAMC, 510 Butler Avenue, Martinsburg, WV. This distance is determined according to www.randmcnally.com and will be included as an evaluation factor for technical evaluation. The selected A/E firm(s) shall be in accordance with FAR 2.101 definition of "Architect-engineer services" as defined in 40 U.S.C. 1102 and FAR Part 36.6 to provide professional A/E services for various VA projects as required. A/E(s) signing drawings must be licensed in the State of WV. The license(s) are not required unless an award is made to prospective A/E(s). 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, surveyors, cost estimators, 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.Studies includes investigating various alternatives for a project, analyzing the pros and cons of each alternative and writing a report of findings/recommendations to include a cost estimate for each alternative. 2.Schematics/Design Development includes, but is not limited to, site surveying, researching, testing, defining the work, and presenting information required for project design. The A/E & MEPS shall provide a preliminary evaluation of the project scope, schematic drawings, schedule, and construction budget. Alternative approaches to design and construction are to be investigated during this phase. Design Development documents include drawings and other documents that fix and describe the dimensions and character of the project. Architectural, civil, structural, mechanical, and electrical systems and other elements are included as appropriate. A current construction cost estimate, broken down into the current CSI specification sections is also required. 3.Contract Drawings and Specifications include, but are not limited to, design narratives, design analyses, and production of plans, specifications, a detailed cost estimate in current CSI format, a submittal log, and other documents required for award of a construction contract. 4.Construction Period Services may include review of Contractor submittals, answering all contractor Request For Information (RFI's), conducting site visits, partial and final inspections, and preparation of as-built drawings. 5.Commissioning Services on all projects for new construction and renovation that address facilities over 5,000 SF as well as projects over $5M, and other projects on a case-by-case basis. 6.Master Planning Services for future growth and planning of our campus infrastructure based on current and future requirements. 7.Third Party Review for quality control and quality assurance of various MEPS designs from inception to 100% percent completion. 8.Life Cycle Cost Analysis (LCCA) and Lowest Life-Cycle Cost (LCC) for assessing the total cost of facility/equipment ownership. 9.Sustainability Analysis of availability, potential, and feasibility of primary renewable energy resources, water conservation, and green building technology. 10.Energy Modeling as required by LEED to assess the energy use of various systems and quantify the results attributed to the proposed design. 11.Establish Minimum Energy Performance Standards (MEPS) for various MEPS systems to effectively manage maximum energy consumption. 12.Load Analysis for various utility systems such as cooling, heating, and power distribution systems whether existing or in design stage. The Government anticipates award of a base year and four (4) one-year option periods which may be awarded at the sole discretion of the Government. (Note: The Government reserves the right to cancel this contract(s) at any time if it is in the best interest of the Government.) Minimum fee for each task order is $3,000. Maximum fee for each task order shall not exceed $990,000.00. The maximum cumulative contract value under any resultant contract(s) shall not exceed $4,995,000.00 for the entire contract duration including any option periods exercised. The minimum guarantee for the entire contract term is $3,000 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 as defined in the solicitation and negotiated in any resultant contract(s). Negotiated rates for base and option period(s) will be firm for each contract period awarded. Unit prices for unique services not included in the original negotiation will be negotiated on a case by cases 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. The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services (Small Business size standard of $7.0 million dollars average annual gross revenues for the past three fiscal years) and 541330 Engineering Services (Small Business size standard of $14.0 million dollars average annual gross revenues for the past three fiscal years). The A/E selection criteria shall include the following elements (I) through (XI), 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 SF 330. The AE interview scoresheet (table) reflected below shows the evaluation factors that will be used to evaluate each firm to both shortlist SF330's and upon completion of all interviews. The table shows the posted Weights for each factor and the evaluators will assign a raw score, that raw score will be multiplied to the Weighted value to arrive at a weighted score. These scores will then be totaled for a total weighted score. It is anticipated that at least 6 MEP firms and 6 AE firms will be granted an interview. I - Past Performance (Overall Gov'mt & Privt Indus) - Req'd no. of change orders; Timeliness of Design20 1. More than 10 change orders per design and more than 4 time extensions per design 2. More than 10 change orders per design or more than 4 time extensions per design 3. Between 5-10 change orders per design and Between 2-4 time extensions per design 4. 5-10 change orders per design or Between 2-4 time extensions per design 5. Less than 5 change orders per design and Less than 2 time extensions per design II-Past Performance (Dep. Vet. Aff.) Knowledge of V.A. design standards, technical manuals and specifications15 1. No previous experience with VA projects 2. 1-2 recent VA projects or more VA projects, but occurred over 5 years ago 3. 3 or more recent VA projects, no letters of recommendation included 4. 3 or more recent VA projects, letters of recommendation included, no reference to VA standards 5. 3 or more recent VA projects, letters of recommendation included, have reference to VA standards III-Past Performance (Healthcare Rel.) Specialized exp. with healthcare related designs in a hospital setting15 1. No previous experience with healthcare related projects 2. 1-2 recent healthcare projects or more VA projects, but occurred over 5 years ago 3. 3 or more recent healthcare projects, no letters of recommendation included 4. 3 or more recent healthcare projects, letters of recommendation included IV- Professional Qualif., exper., & tech. competence of the firm (including a joint venture or association). 10 1. Less than 1 year experience, not a joint venture 2. Less than 1 years experience, joint venture with some combined experience 3. 1 years - less than 5 years experience, joint venture that has worked together in the past 4. 5 years - less than 10 years experience 5. 10 years or more experience V- Professional Qualifications, experience, and technical competence of the key personnel.10 1. Resume of each key person to be assigned to this project with their credentials and licenses. 2. Specific experience and qualifications of personnel, years with firm, and their record of working together as a team. VI - Professional capacity of the firm to perform work (incl. any specialized services) within the time limitations. 10 Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously 1. Major workload (over $750,000/annual), small firm(2 or less in each discipline 2. Medium workload($250,000 - 750,000 annual), small firm 3. Major workload, large firm (3 or more in each discipline) or Minor workload(less than $250,000 annual), small firm 4. Medium workload, large firm 5. Minor workload, large firm VII -Geographic location and facilities of the working office(s) which 10 would provide the professional services and familiarity with the area in which the project is located 1. 0 miles to 100 miles 2. 101 miles to 200 miles 3. 200 miles to 300 miles VIII -Estimating Effectiveness. A good comparison of estimate to final bid on at least 5 recent projects10 1. Combined total of deviation for 5 projects over $100,000 2. Combined total of deviation for 5 projects between$50,001 and $100,000 3. Combined total of deviation for 5 projects between$15,001 and $50,000 4. Combined total of deviation for 5 projects between$5,001 and $15,000 5. Combined total of deviation for 5 projects less than $5,000 IX - Record of signif. claims against the firm because of improper or incomplete arch. & eng. services10 1. Finding(s) against Firm 2. Filing(s) against firm, no finding(s) 3. No legal actions X- Reputation & standing of the firm & its prin. officials w/ resp. to prof. perf., gen. mangmnt, & cooperativeness5 1. Terminated for default 2. Cure notice and/or show cause notice filed XI-Preference for service disabled and veteran owned small business (SDVOSB)/(VOSB) 5 1. Such firms claiming SDVOSB or VOSB status shall be verified in VetBiz by the date and time specified for receipt of SF330s. Other non-SDVOSB/VOSB firms shall receive zero points. 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 100% Total Small Business Set Aside. Therefore, this acquisition is open to all firms meeting the qualifications of small business under the associated NAICS code as registered in SAM. Prospective small business firms are reminded that in accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the small business concern. SF 330 packages shall address how each firm anticipates meeting this criterion. Qualified A/E firms are required to submit THREE (3) hard copies and ONE (1) electronic copy via CD of their entire completed SF Form 330 packages; SF 330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Contract awardees will be required to submit annual updated SF 330 Architect/Engineer Qualifications if option periods are exercised. Submission of information incorporated by reference is not allowed. Submissions are limited to 75 pages, no photographs. Information shall be submitted no later than 2:00 local time on __________________. Telephone inquiries will not be honored. No faxed or emailed forms/submissions will be accepted. Mailed submissions sent to: Department of Veterans Affairs Medical Center, Attn: Shari M. Kesecker, VISN 5 Contracting, 613/90C, 510 Butler Avenue, B308B, Martinsburg, WV 25405 on the date and time specified above. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks 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 six or more firms deemed most highly rated after initial source selection will be chosen for interviews. It is anticipated that IDIQ contracts will be awarded to a minimum of three (3) firms for AE Services and three (3) firms for MEP Services defined below 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. NOTE: ONCE THE AWARDS ARE MADE, THE FOLLOWING WILL APPLY: The A/E disciplines are as follows: Architectural, Civil, and Mechanical/Electrical/Plumbing (MEP) which includes the following disciplines structural, mechanical (HVAC), electrical, plumbing, geotechnical, and engineering services related to healthcare facilities. The Contracting Officer will provide awardees a fair opportunity to be considered for each task order. The procedures and selection criteria used to issue task orders will be based on the requirement, cost, availability, expertise, complexity, duration, past performance on earlier orders under the contract, including quality, timeliness and cost control; potential impact on other orders placed with the firm; minimum order requirements; amount of time contractors need to make informed business decisions. Other considerations would include resource intensity, highest value solution and conceptual approach. As the need for services covered by this contract arises, the Government will issue a Request for Task Order Proposal to the selected contractors within the discipline provided there are no adverse performance issues from any previous task order performed under this contract. RFP will include a statement of work, and other necessary documentation or project requirements to perform the required services. The AEs and MEPs shall promptly submit a proposal, which shall include a detailed cost or pricing breakdown utilizing a VA Form 08-6298, Architect-Engineer Fee Proposal which will be an attachment to this solicitation. Competition and Selection will be based on the procedures listed at FAR 36.602. Once an agreement has been reached with the top ranked firm or revised topped ranked firm on services to be performed over $500K fee, and time for completion, the Contracting Officer shall issue a Task Order against the contract, reflecting all terms agreed upon. Task orders will be issued using the VA Form 0730 Task/Delivery Order for Supplies or Services, and/or VA Form 10-0412A Task Order for Construction or A/E Services on a Firm-Fixed Price bases. If agreement cannot be reached, neither party will be under any obligation to the other, with respect to the services covered by the particular statement of work. No work shall be performed on an individual statement of work until the Contracting Officer has executed a Task Order. Award of any resultant contract is contingent upon the availability of funds. Contracting Office Address: Department of Veteran Affairs Shari M Kesecker, CO 613/90C 510 Butler Avenue, Building 308B Martinsburg, WV 25405 Point of Contact(s): Shari M. Kesecker, Contracting Officer, email address: shari.kesecker@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24514R0087/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-14-R-0087 VA245-14-R-0087_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1253054&FileName=VA245-14-R-0087-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1253054&FileName=VA245-14-R-0087-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03309790-W 20140315/140313234904-2310bf40b82e3d3e77b7ef76ede3b0eb (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.