DOCUMENT
C -- A/E Open Ended - 531 OVER $50K - Attachment
- Notice Date
- 1/3/2011
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Contracting Office;960 Broadway Ave Suite 460;Boise ID 83702-4598
- ZIP Code
- 83702-4598
- Solicitation Number
- VA26011RP0217
- Response Due
- 2/4/2011
- Archive Date
- 4/5/2011
- Point of Contact
- Pamela J. Pope
- Small Business Set-Aside
- Total Small Business
- Description
- This is an announcement for a contracting opportunity under the Brooks Act for Architect-Engineering services. This serves as a Request for Qualifications (SF-330) for a multiple award, Indefinite Delivery / Indefinite Quantity (ID/IQ), Multiple disciplines Architect/Engineer services contract. This procurement will be evaluated using Brooks Act (P.L. 92-582) and Veterans First (P.L. 109-461) procedures. Federal Acquisition Regulations (FAR) 36.6 and Veterans Affairs Acquisition Regulations (VAAR) 836.6 selection rules apply. This procurement may result in multiple Indefinite Delivery/Indefinite Quantity (IDIQ) awards. If a Veteran Owned small business responds and is qualified, at least one award mayl be made to this offeror. Four one-year option periods will be included in the contract awards. GENERAL INFORMATION: Multiple Indefinite Delivery-Indefinite Quantity (ID/IQ) contracts may be awarded from this announcement. The awarded contracts shall have a guaranteed contract minimum of $50,000 and will be limited to a maximum contract amount of $5,000,000.00 per contract over the term of the contract. In accordance with FAR 16.5, firm-fixed price task orders will be issued for work for Department of Veterans Affairs Medical Center, Boise Idaho. Work will be issued by negotiated firm fixed-priced task orders not to exceed $800,000.00. The individual task order limit refers to the maximum amount that the contractor is obligated to perform if issued a task order under the contract. Task orders above this amount may be issued provided they are within the overall $5,000,000 ceiling of the contract. However, performance of these task orders is not obligatory under the terms of the contract. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541310. The small business size standard is $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less. Projects types include new construction, renovation, upgrade, maintenance, repair, and alterations in support of a major health care network. Services shall be accomplished in the Contractor's office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. Services will be required for architectural, landscaping, civil, mechanical, electrical and structural engineering design in support of the Department of Veterans Affairs, Medical Center, Boise Idaho. The A-E shall be required to prepare plans, specifications, design analyses, and cost estimates, using current Department of Veterans Affairs Master Specifications, Unified Facilities Guide Specifications, International Building Codes, National Fire Protection Association codes, and other agency standards, as required, for a variety of projects. In addition, the A-E shall be required to follow VA specific references provided in the Department of Veterans Affairs Technical Information Library at: http://www.cfm.va.gov/til/. This procurement will be evaluated using Brooks Act and Veterans First procedures. The government contemplates the award of multiple Indefinite Delivery/Indefinite Quantity (ID/IQ), A&E services contracts, that will utilize firm-fixed price task orders. The Government reserves the right to exercise any option periods. Prior to award, firms shall be registered in the Central Contractor Registry (CCR). Visit www.ccr.gov to register. Prior to award, firms shall complete the On-line Representations and Certifications at www.orca.gov. In addition, prior to award, Veteran-Owned small business need to be registered and certified in the Vendor Information Pages (VIP) database (http://www.VetBiz.gov). Work under each of the awarded contracts will be subject to satisfactory negotiation of individual task orders. Task orders will be negotiated as firm-fixed price procurements for the A&E services. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance, capacity to accomplish the task order in the required time, specialized experience, professional qualifications and knowledge of the region. If necessary, secondary selection criteria will be used as a tie breaker between firms considered as technically equal. Responses should include proposed sub-consultants for all disciplines for engineering planning, surveying, civil, environmental, geotechnical, mechanical, and electrical. Response should also include the qualifications of personnel, sub-consultants and descriptions of facilities, materials, equipment, and services to perform the type of tasks described by this notice. SELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. Clearly indicate in the response how the firm meets the selection criteria: The criteria for this project are listed below in descending order of importance. Criteria (1) through (6) will be evaluated for all firms. (1) Professional qualifications necessary for satisfactory performance of required services. Provide resumes for key personnel. Key personnel are defined as lead designers for key disciplines, Project Manager and Quality Control Manager to be assigned to this contract. Key personnel proposed are required to be licensed or certified professionals, as applicable. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. It is expected that the individuals identified as key personnel will be the individuals performing these positions under the resulting contract. Any changes to the proposed key team members after submission of qualifications MUST be approved by the Contracting Officer. Also provide information on proposed sub-consultants for all A-E disciplines, including electrical, mechanical, civil, structural, environmental, architectural and interior design, sustainable design and cost engineering. (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. The proposed team shall provide a maximum of five specific completed projects that best illustrate overall team experience within the last three years. Provide information on remodeling, renovation or minor construction on medical facilities. Provide information on projects that include renovation of electrical and mechanical systems in occupied facilities. (3) Capacity to accomplish the work in the required time. Describe the firm's ability to utilize an adequate number of personnel in key disciplines and the proposed team's ability to complete several small Task Orders concurrently requiring quick turn-around. Indicate the firm's present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Indicate specialized equipment available. (4) Past performance on contracts with Government agencies and private industry. In its evaluation of past performance, in addition to information submitted by the firm, the Government will consider information obtained from the Past Performance Information Retrieval System (PPIRS) and any other sources deemed necessary by the Government. (5) Location within the geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. To be considered for this project the prime firm shall be within a 100 mile radius from the Boise VA Medical Center, 500 Fort Street, Boise, ID. In addition to the evaluation criteria set forth in FAR 36.602-1 the board will consider secondary factors set forth in the Veterans Affairs Acquisition Regulations 836.602-1. (a.) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (b.) Record of significant claims against the client because of improper or incomplete architectural and engineering services. (c.) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Among the most highly rated firms consideration will be given in this order, 1. Service Disabled Veteran Small Business 2. Veteran Owned Small Business 3. All other socio-economic small business categories. Other than small business will not be eligible for award. Firms that meet the requirements listed in this announcement are invited to submit 1 electronic pdf copy of SF330 Part I and SF330 Part II and supplemental narrative where appropriate to Pam.Pope@va.gov, by 4:30 pm local time on February 4, 2011. It is the responsibility of the offeror to assure that the e-mail has been received. FIRMS SLATED AS MOST HIGHLY QUALIFIED: To assist the Government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. The solicitation may include a seed project for evaluation. This is not a Request for Proposals. Any questions should be addressed to the Contracting Officer, Pamela Pope, VISN 20 Contracting Office, 960 Broadway St. Suite 460, Boise Idaho 83702 : email: pam.pope@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26011RP0217/listing.html)
- Document(s)
- Attachment
- File Name: VA-260-11-RP-0217 VA-260-11-RP-0217.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168838&FileName=VA-260-11-RP-0217-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168838&FileName=VA-260-11-RP-0217-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-260-11-RP-0217 VA-260-11-RP-0217.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168838&FileName=VA-260-11-RP-0217-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs Medical Center;500 West Fort St.;Boise, Idaho 83702
- Zip Code: 83702
- Zip Code: 83702
- Record
- SN02352944-W 20110105/110103233749-21503f38bfed8d80f816995cb61cf910 (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 |