DOCUMENT
C -- Commissioning Services for various Projects Open Ended AE IDIQ Contract Jesse Brown VAMC, Chicago, IL - Attachment
- Notice Date
- 9/14/2012
- 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
- VA69D12I1679
- Archive Date
- 11/13/2012
- Point of Contact
- Anne Vossler
- E-Mail Address
-
ossler@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- VA69D-12-I-1679 Open Ended AE Commissioning Consulting Services At Jesse Brown VAMC, Chicago, IL This is a request for Standard Form 330, not a request for proposal. Provide Professional architectural and engineering Commissioning Consulting services during design, construction, occupancy and post -acceptance phases of various construction and renovation projects at Jesse Brown VA Medical Center, Chicago Illinois, 60612. Projects for which commissioning services are required may include new facility construction, additions to existing facilities, and/or renovation, alterations, maintenance, repair, or upgrade to existing facilities. The firm shall be listed in CCR under NAICS code 541330 and be capable of professional commissioning services necessary that may include various disciplines such as Engineering, Mechanical, Electrical, Plumbing, and/or Fire Protection. 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 $250,000, and the total cumulative contract amount for task orders shall not exceed a maximum of $1,900,000. Area of consideration is restricted to 250 miles of Jesse Brown VAMC, Chicago IL, 60612. This requirement is a 100% set aside for Center for Veteran Enterprise (CVE) verified Service Disabled Veteran Owned Small Business (SDVOSB). Firm must be listed as verified at time of receipt of SF 330's.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. (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 that meet the requirements listed in this request for SF 330s are invited to submit one (1) hard copy and (1) electronic copy of the SF 330 with appropriate documentation by close of business October 16, 2012. Mail one copy of the information to:Email copy to: Department of Veterans Affairs anne.vossler@va.gov Great Lakes Acquisition Center (GLAC) Attn: Anne Vossler 115 S. 84th Street, Suite 101 Milwaukee, WI 53214-1476 As this is not a RFP, no bid packages are available. The North American Industry Classification Code (NAICS) for this procurement is 541330; size standard $14 Million applies. Award is subject to the availability of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12I1679/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-12-I-1679 VA69D-12-I-1679.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=477231&FileName=VA69D-12-I-1679-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=477231&FileName=VA69D-12-I-1679-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-12-I-1679 VA69D-12-I-1679.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=477231&FileName=VA69D-12-I-1679-000.docx)
- Record
- SN02883905-W 20120916/120915001019-177458215398daadb7542bc768510270 (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 |