Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2012 FBO #3960
DOCUMENT

C -- A/E Commissioning Services IDIQ Contract VISN-12 - Attachment

Notice Date
9/25/2012
 
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
VA69D12I1838
 
Response Due
10/26/2012
 
Archive Date
1/24/2013
 
Point of Contact
scott.menzer@va.gov
 
E-Mail Address
Contract Specialist
(scott.menzer@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFI # VA69D-12-I-1838 REF: RFQ# VA69D-12-R-1051 Open Ended A/E Commissioning Services for VISN-12 This is a request for Standard Form 330's, not a Request for Proposal. The Department of Veterans Affairs, Great Lakes Acquisition Center is seeking qualified Architect/Engineer (A/E) firms that are Center for Veterans Enterprise (CVE) verified as Service Disabled Veteran Owned Small Business for Multi-Disciplined A/E Commissioning Services. Firms must be listed as verified at time of receipt of SF 330. The awarded firm is expected to meet the requirements in FAR clause 52.219-14 entitled "Limitations on Subcontracting" (Nov 2011) and VAAR 852.219-10 entitled "VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside" (Dec 2009). Compliance will be monitored throughout contract performance. The A/E firm must be able to perform 50% of the cost of contract performance, which shall be performed by the employees of the firm. Work may be performed at any of the locations below, however the majority of work is expected to be performed at William S. Middleton Memorial Veterans Hospital and Tomah VA Medical Center. 1.Jessie Brown VA Medical Center, 820 South Damen Avenue, Chicago, IL 60612 2.Captain James A. Lovell Federal Health Care Center, 3001 Green Bay Road, North Chicago, IL 60064 3.Edward Hines Jr. VA Hospital, 5000 South 5th Avenue, Hines, IL 64141 4.Oscar G. Johnson VA Medical Center, 325 East H Street, Iron Mountain, MI 49801 5.William S. Middleton Memorial Veterans Hospital, 2500 Overlook Terrace, Madison, WI 53705 6.Tomah VA Medical Center, 500 E. Veterans Street, Tomah, WI 54660 7.Clement J. Zablocki VA Medical Center, 5000 West National Avenue, Milwaukee, WI 53295 Work to include: mechanical commissioning of various in-house, nonrecurring maintenance, and minor construction projects that are mechanical engineering in nature within the Veterans Integrated Service Network-12 (VISN-12) of the Department of Veterans Affairs. These services include, but are not limited to, startup, functional testing, and test and balance (TAB) review. Design period commissioning services will include a review of the designs to ensure all commissioning needs have been incorporated. For projects that have completed designs or are already in construction, design period commissioning services will not be required. Contractor to provide pre-functional checklists and commissioning specifications to be included with the design. Construction period commissioning services will include installation checks to ensure that all associated components and accessories are in place, verify and document that systems are performing as required, and that all sensors and other system control devices are properly calibrated and verify and document that all necessary points are communicating and accounted for. The firm shall be listed in System for Award Management (SAM) under NAICS code 541330 and be capable of providing professional services necessary for the commissioning services within VISN-12 facilities. Services shall be provided for a period of one (1) year, with the option to extend for two (2) additional years. Each task order shall have a minimum of $2,500.00 and maximum of $100,000.00 per award with the maximum value of the contract to include two (2) one-year options not-to-exceed $1,500,000.00. The base year shall have a guaranteed minimum of $5,000.00. The area of consideration is restricted to firms located within a 250 mile radius of William S. Middleton Memorial Veterans Hospital, 2500 Overlook Terrace, Madison, WI 53705. The 250 mile radius is calculated using the website: http://www.freemaptools.com/radius-around-point.htm. A/E firms that meet the requirements listed in this request for SF 330's are invited to submit one (1) hard copy and (1) electronic copy of the SF 330 with appropriate documentation by close of business October 26, 2012. Mail one copy of the information to:Email copy to: Department of Veterans Affairs scott.menzer@va.gov Great Lakes Acquisition Center (GLAC) Attn: Scott Menzer 115 S. 84th Street, Suite 101 Milwaukee, WI 53214-1476 Selection criteria will be based on: (1)Professional qualifications necessary for satisfactory performance of required services to include experience and certifications; (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. Please include sample mechanical commissioning report(s) and sample pre-functional checklist(s) as part of the SF 330 package; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general 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; (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. No bid packages are available. This is not a Request for Proposal (RFP). NAIC #541330 applies. Award is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12I1838/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-I-1838 VA69D-12-I-1838_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=486319&FileName=VA69D-12-I-1838-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=486319&FileName=VA69D-12-I-1838-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02897669-W 20120927/120926001642-0dec18b08498fcde13478939f7f934ae (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.