Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2018 FBO #6222
SOLICITATION NOTICE

C -- Construct Clinics Over Emergency Room Project Number 506-333

Notice Date
12/4/2018
 
Notice Type
Synopsis
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;24 Frank Lloyd Wright Dr. Ste. M2200;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
36C25019R0004
 
Response Due
1/9/2019
 
Archive Date
4/18/2019
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs (VA) Network Contracting Office 10 is seeking qualified Architect -Engineering (AE) firms to submit Standard Form 330 (SF330) Architect / Engineer Statement of Qualifications to perform project 506-333 Construct Clinics Over Emergency Room DVA medical facilities located in the states of Michigan. Firms submitting qualification packages must comply with Federal Acquisition Regulation (FAR) 52.236.25 Requirements for Registration of Designers where by Architects and Engineers must be registered to practice in the particular professional field involved in a State (the full text of the clause can be read at http://farsite.hill.af.mil ). Architects and Engineers performing work on projects must be registered in the State of Michigan (the laws of the State of Michigan regarding registration of architects and engineers applies). Also see geographic location and office location restrictions in paragraph 4 e. of this notice. SET-ASIDE INFORMATION: This procurement is a Total Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) AE firms. The primary North American Industry Classification System (NAICS) Codes is 541310, Architectural Services (see professional qualifications being evaluated in paragraph 4. a.). The selected firm will be required to fully evaluate the existing and present conditions. They will be required to review background documents, asbestos survey, lead assessments of the existing area, original drawings, and other information located at the various VA engineering offices located within VISN 10 for information related to completing the design. The engineering section will transfer any electronic documents to a FTP or Share Point type site setup by the AE for this project. The VA makes no guarantee to the accuracy of background drawings, as most of the drawings are copies of original construction drawings and not As Built in nature. They are intended for information purposes only and not to be relied solely relied upon in completing the BIM survey. The VA does complete regular asbestos and lead assessments and believes these to be accurate. The AE will have full access to these surveys. A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. The VA Contracting Officers Representative (COR) will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. Prospective firms are required to address all criteria within submitted SF330 packages using additional pages as required. Evaluation criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows: Professional Qualifications necessary for satisfactory performance of required services; the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines to be evaluated are Architects, Engineers, Estimators, CAD operators, Surveyors, and Project Managers. The specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team is important. Specialized Experience and Technical Competence; submissions shall include: project title, project scope, year designed, year constructed, bid estimate, actual bid, change order percentage, design time frame, and teaming arrangements. Special emphasis in evaluating potential AE firms will be placed on the firm s proposed teams, previous experience with designing vertical additions to multiple floored hospitals, clinics, medical facilities; and experience with managing or overseeing construction of building additions over existing occupied space to include: experience in energy conservation, pollution prevention, waste reduction, and use of recovered materials. Capacity to Accomplish the Work; describe the firm s ability to accomplish the work in the required time, including existing workload that may limit AE s capacity to perform project work expeditiously. Firms must address and demonstrate the capacity to execute this design within (proposed estimated design time). Past Performance; the past performance of the firm on contracts relevant in scope to this project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Evaluation past performance will include information provided via the Contractor Performance Assessment Reports System (CPARS) for project listed in Section F of the SF330 as well as any other projects contained in the database and may include review of information obtained via customer inquiries, other Government data-bases, and other information available to the Government. Geographic Location; location in the general geographical area of the project and knowledge of the locality of the project; must have a working office from which the primary design work and construction site visits will originate within 275 miles of the VA Ann Arbor Healthcare System listed in the pre-solicitation announcement as measured drawing a straight line using Google Maps from the medical center address to the AE firm s primary office address. The primary working office location must be listed in the SF330 application and shall also be registered in the System for Award Management (SAM www.sam.gov ). Reputation and Standing; provide references on reputation and standing of the firm and its principal officials with respect to performance, general management, and cooperativeness. Record of Claims; record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific Experience; experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Special emphasis in evaluating potential AE firms will be placed on the firm s proposed personnel s previous experience with designing vertical additions to multiple floored hospitals, clinics, medical facilities; and experience with managing or overseeing construction of building additions over existing occupied space. FAILURE TO CLEARLY ADRESS ALL EIGHT LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. Award of a Firm Fixed Price contract is anticipated. Anticipate award of contract with successful AE firm is May 2019. Anticipated time for completion of design is approximately 249 calendar days including time for VA reviews. In accordance with FAR 36.204 and VAAR 836.204, the estimated magnitude of the resulting construction project is between $10,000,000 and $20,000,000. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR VETBIZ Firms must be registered and verified as a SDVOSB firm doing business via NAICS code 541310 in the DVA Vendor Information Pages maintained by the DVA Office of Small and Disadvantaged Business Utilization (vip.vetbiz.gov) at the time of SF330 submission. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States.   There is no charge to employers to use E-Verify.   (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486) Must include in Part I Section H an organizational chart of the firm (excludes consultants). Submission information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc.) and a CD copy of the Standard Form 330. FedEx or UPS delivery only Mail to: Network Contracting Office (NCO) 10 24 Frank Lloyd Wright Dr. Lobby M, Suite M2200 Ann Arbor, MI 48105 Attn: Contract Specialist Darrell Maxwell To be received by no later than 2:00 PM local time January 9, 2019. No solicitation document is available and telephone inquiries will not be honored. No faxed or emailed forms will be accepted. After the evaluation of submissions in accordance with the evaluation criteria a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the firm to enter into negotiations. This is not a request for proposal. The Government will not pay for nor reimburse any costs associated with responding to this advertisement. The Government is under no obligation to award a contract as a result of this advertisement. NOTES: THIS PRE-SOLICITATION NOTICE IS SUBJECT TO AMENDMENT. MONITOR THIS ADVERTISEMENT AND SUBSCRIBE TO THE FBO ALERT SERVICE TO INSURE NOTIFICATION OF ANY AMENDMENT OR OTHER CHANGES TO THIS ADVERTISEMENT. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25019R0004/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Ann Arbor Healthcare System;2215 Fuller Rd.;Ann Arbor, MI 48105
Zip Code: 48105
Country: USA
 
Record
SN05165980-F 20181206/181204230017 (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.