Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
DOCUMENT

C -- Open Ended AE Design Services IDIQ Jesse Brown VAMC, Chicago, IL - Attachment

Notice Date
9/14/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural 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
VA69D12I1675
 
Archive Date
11/13/2012
 
Point of Contact
Anne Vossler
 
E-Mail Address
ossler@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a request for Standard Form 330, not a Request for Proposal (RFP). Provide professional architectural and engineering design services under an IDIQ contract at the Jesse Brown VA Medical center, Chicago, Illinois 60612. Services are primarily Architectural and Engineering in scope and may have related Mechanical/Electrical/Plumbing and Fire Protection Engineering. 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, and construction period services. A/E 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, and the total cumulative contract amount for work orders shall not exceed a maximum of $1,900,000. The area of consideration is restricted to firms located within a 200-mile radius of the Jesse Brown VA Medical Center, Chicago, IL. 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 541310; size standard $7 Million applies. Award is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12I1675/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-I-1675 VA69D-12-I-1675.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=476884&FileName=VA69D-12-I-1675-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=476884&FileName=VA69D-12-I-1675-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02884216-W 20120916/120915001416-db9e301a8a4365c314d143dcd57f043e (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.