DOCUMENT
C -- Expand Parking Garage AE Design VA69D-15-C-0038 - 556-14-3-6977-0085 - 556-305 - Attachment
- Notice Date
- 12/22/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;Southern Tier Construction Team;3001 Green Bay Road;North Chicago, IL 60064
- ZIP Code
- 60064
- Solicitation Number
- VA69D14I0884
- Response Due
- 12/24/2014
- Archive Date
- 2/22/2015
- Point of Contact
- robert.norris7@va.gov
- E-Mail Address
-
Jason.Hardy@va.gov
(robert.norris7@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- AMENDMENT #A00001 TO REQUEST FOR SF 330s VA69D-14-I-0884 22 December 2014 The purpose of this amendment is to amend the Request for SF 330s. The following evaluation criteria in the initial request for SF 330s are deleted in its entirety: 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.Location and Facilities of Working Offices to support Project The evaluation criteria above are replaced as follows: The following evaluation factors will be used to evaluate the qualifications of responding firms: 1) Specialized Experience & Technical Competence of the Firm. 2) Specific Experience & Qualifications of Personnel Proposed for Assignment to the Project. 3) Maintaining Project Schedules & Project Budgets. 4) Knowledge in Design & Construction Requirements. 5) Cost Control Effectiveness 6) Location & Facilities of Working Offices This request for SF 330s remains as a 100% set-aside for Service-Disabled, Veteran-Owned Small Businesses. 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). If you are not registered with SAM, you may register online at http://www.sam.gov. The A/E firm should be located within a 200 mile radius of CAPT James A. Lovell Federal Healthcare Center, North Chicago, Illinois. The desired area of consideration is within a 200 mile radius of the CAPT James A. Lovell Federal Health Care Center. This location is requested to aid in the event issues with the design or construction arise for ease rectification. Responses received outside the 200 mile radius may receive a lower rating during the evaluation process. The 200 mile radius will be determined using the following website: http://www.freemaptools.com/raius-around-point.htm. FAR clause 52.219-14 is hereby deleted from the previous Request for SF 330s and replaced with VAAR 852.219-10. Therefore, prospective firms are reminded that per VAAR 852.219-10 and by its 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 services (except construction) that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A/E firms, which originally submitted SF 330s are hereby given the opportunity to submit a new SF 330 package by noon on Wednesday, December 24, 2014 and are asked to acknowledge this amendment by noon on Wednesday, December 24, 2014. If a new package is not submitted by noon on Wednesday, December 24, 2014, the VA will assume that the offeror wants the VA to treat its original package as a new submission. Submittals will be evaluated per the revised evaluation factors listed above. Complete SF 330 packages are to be either: Mailed to: Department of Veterans Affairs Captain James A. Lovell FHCC Great Lakes Acquisition Center Attention: Robert Norris, Contract Specialist Building 1, Room 329 3001 Green Bay Road North Chicago, IL 60064 Or Emailed to: Robert.norris7@va.gov NAICS code 541310 applies. The Small Business Standard is $7.5 million. 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/VA69D14I0884/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-14-I-0884 A00001 VA69D-14-I-0884 - A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1784936&FileName=VA69D-14-I-0884-A00001001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1784936&FileName=VA69D-14-I-0884-A00001001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-14-I-0884 A00001 VA69D-14-I-0884 - A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1784936&FileName=VA69D-14-I-0884-A00001001.docx)
- Place of Performance
- Address: Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;Southern Tier Construction Team;3001 Green Bay Road;North Chicago, IL
- Zip Code: 60064
- Zip Code: 60064
- Record
- SN03602979-W 20141224/141222234847-501c71f52572d19c5acbd54a703c296f (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 |