Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
DOCUMENT

C -- IDIQ for AE Design Services for Washington and Oregon - Attachment

Notice Date
6/10/2011
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
 
ZIP Code
99205-6197
 
Solicitation Number
VA26011RP1051
 
Response Due
7/11/2011
 
Archive Date
10/9/2011
 
Point of Contact
Grant J Furulie
 
E-Mail Address
4-7221<br
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, VISN 20 - Construction Team, has a requirement to establish multiple Indefinite Delivery Indefinite Quantity Contracts for Multidiscipline Architectural and Engineering Design Services for Western Washington, and Oregon. This procurement will be evaluated using the Brooks Act (PL-92-582). This is set aside for small businesses. The NAICS code for this announcement is 541310 and small business size standard is $4.5 million. The requirement is to provide A/E design services to include any combination of field investigation, management plans, survey reports, verification of requirements, conceptual design, contract documents & construction phase services, and post-construction services for projects (delivery task orders) yet to be defined with by the VA Medical Centers located in Seattle, American Lake, and Vancouver, Washington and Portland, Roseburg, and White City, Oregon or other medical facilities located within VISN 20 as designated by a Contracting Officer. Task orders will be for AE services for construction, maintenance or repair projects at these locations. Services may involve a single discipline or be multi-discipline with a combination of architectural, interior designing, civil, electrical, landscape, HVAC/mechanical, structural, industrial hygiene, and other engineering services. Other specialty engineering consults may be required, for mechanical, electrical, structural and civil. Requirements will vary with each task order. Work may be in preparation for design-build or design-bid-build projects. IDIQ Contracts resulting from this announcement will be for one base year from the date of award with four one-year options periods. It is anticipated to award multiple IDIQ contracts for AE Services for the facilities in located Washington and Oregon. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements, which are particular to the contract. For each project, the VA will issue a request for fee proposal that includes a scope of work. The fee proposal shall be based on pre-negotiated unit prices. Each specific delivery order shall be negotiated based on the A/E effort involved. Individual task orders shall not exceed $750,000 and the minimum task order amount is $2,000. Each IDIQ contract will have a maximum capacity of $3,750,000 over the life of the contract, base and option years included. In accordance with FAR Part 36.602-1, the following evaluation criterions are listed in descending order of importance: (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. Award of contracts will be weighted based on proximity to a facility. 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; and, 3) All other socio-economic small business categories. Companies who are other than small business will not be eligible for award. 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. 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 indicating which geographic location your firm would like to be considered for. Application shall be submitted to Grant Furulie, e-mail address Grant.Furulie@va.gov by 3:30 pm local time on July 11, 2011. It is the responsibility of the offeror to assure that the e-mail has been received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA26011RP1051/listing.html)
 
Document(s)
Attachment
 
File Name: VA-260-11-RP-1051 VA-260-11-RP-1051_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=209155&FileName=VA-260-11-RP-1051-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=209155&FileName=VA-260-11-RP-1051-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02469442-W 20110612/110610234704-0d775d1c12eb326dd4e1d1d47f5db2fb (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.