Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
DOCUMENT

C -- Open Ended MEP Engineering Services Jesse Brown VAMC, Chicago, IL - Attachment

Notice Date
5/21/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D12R0516
 
Response Due
6/19/2012
 
Archive Date
9/17/2012
 
Point of Contact
Anne Vossler
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA-69D-12-R-0516 This is a request for Standard Form 330, not a request for proposal. Provide Professional planning and design services and oversee construction of MEP engineering services and related architectural services necessary for the design of various in-house projects at Jesse Brown VAMC, Chicago, Illinois and associated CBOC facilities. This is a 100% set-aside for Center for Veteran Enterprise (CVE) verified Service Disabled Veteran Owned Small Businesses (SDVOSB). Firm must be listed as verified at time of receipt of SF 330's. The firm shall be listed in CCR under NAICS code 541330 and be capable of providing professional services necessary for the design of various in-house projects at Jesse Brown VA Medical Center and associated CBOC facilities that are primarily Engineering (Mechanical/Electrical/Plumbing/ Fire Protection) in scope and may have related Architectural design services. Scope of work may include the Field Verification of existing conditions, preparation of schematic designs, space plans, construction documents, specifications, cost estimates, review of shop drawings & sample submittals, site visits and preparation of punch lists etc. for final acceptance. Services shall be provided for one (1) year, with the option to extend for two (2) additional years. For any one project, a task order will be issued not to exceed $500,000.00, and the total cumulative contract amount for task orders shall not exceed a maximum of $2,000,000.00. Area of consideration is restricted to 200 miles of Jesse Brown VAMC, Chicago IL, 60612. The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10: Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. The AE firm must be able to perform 50% of the cost of the contract performance which shall be performed by the employees of the firm. Selection criteria will be based on: (1) Professional qualifications necessary for satisfactory performance of required services (including a joint venture or association); including knowledge in design and construction requirements. (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. (3) Capacity to accomplish the work in the required time including; maintaining project schedules, maintaining project budgets, cost control effectiveness, and estimating accuracy. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans' Affairs. (5) Location in the general geographical area of the project and knowledge of the locality of the project (200 miles); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (9) CVE verification as a Service Disabled Veteran Owned Small Business (SDVOSB). A/E firms, which meet the requirements listed in this announcement, are invited to submit one (1) original hard copy and one (1) electronic copy of the completed Standard Form (SF) 330 no later than close of business, June 21, 2012. Packages are to be sent to: Department of Veterans Affairs Great Lakes Acquisition Center ATTN: Anne Vossler 115 S. 84th St., Suite 101 Milwaukee, WI 53214-1476 anne.vossler@va.gov No bid packages are available. This is not a Request for Proposal (RFP). NAICS #541330 applies; size standard $7 million. Award is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12R0516/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-R-0516 VA69D-12-R-0516_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=345862&FileName=VA69D-12-R-0516-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=345862&FileName=VA69D-12-R-0516-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02753294-W 20120523/120521234956-06ecc6037160c469d7ee2b98ad11d9fd (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.