Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2012 FBO #3981
SOLICITATION NOTICE

C -- Replace Exterior Windows E-Wing Phase 1

Notice Date
10/16/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8;VA Medical Center;1601 SW Archer Road T-3 Rm 105;Gainesville, Florida 32608
 
ZIP Code
32608
 
Solicitation Number
VA24813I0078
 
Response Due
11/16/2012
 
Archive Date
11/21/2012
 
Point of Contact
Donna Nelson
 
E-Mail Address
Contracting Officer
(donna.nelson1@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Department of Veterans Affairs, North Florida/South Georgia Veterans Health System, VA Medical Center, Gainesville, Florida, is soliciting and intends to award a firm fixed price contract for Architect/Engineering services to an A/E firm for the development of complete construction documents (i.e. working drawings, specifications, reports, and construction period services) for Project 573-13-600, Replace Exterior Windows E-Wing Bldg 1, at the Malcom Randall VA Medical Center, Gainesville, FL. This project will provide complete design documentation for the following items: 1.Remove existing windows and all associated architectural, mechanical and electrical items to replace windows. 2.Specify extent of demolition work required to install the proposed equipment. 3.Make recommendations on the construction phasing to minimize impact to the regular operations of the areas and of utility shut downs. 4.Provide equipment layout maximizing the use of space. 5.Formally present to VA staff alternatives evaluated and the most advantageous from an operational point of view, and the most cost effective. 6.Make recommendations on the implementation of the selected alternative to minimize the impact in the regular operations on and near this area, including potential impact of utilities shut downs. 7.Develop complete construction documentation, i.e., drawings, specifications, cost estimate, etc., for bid purposes. 8.The AE firm is required to coordinate with the VA Staff for site visits. Interested firms shall have the capability of engaging all additional disciplines as necessary to provide a complete proposal. Estimated cost range for construction is $2,000,000 - $5,000,000. NAICS code for this project is 541330. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. Potential contractors must be registered in the System for Award Management (SAM) at www.sam.gov and be visible and certified in Vet Biz at www.vetbiz.gov at time of award in order to be considered for an award. As a prospective offeror or bidder for this Service Disabled Veteran Owned Small Business (SDVOSB), you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. Therefore, when submitting a bid or proposal, you are certifying your company is eligible to receive an award per this solicitation. Furthermore, while your company may be listed as "verified" in VA's Vendor Information Pages at www.vetbiz.gov as a SDVOSB, if protested, and based upon the evidence submitted the protest is sustained, therefore determining that your company is ineligible for award as a SDVOSB, your company may be held liable for all re-procurement costs associated with this solicitation. In order to assure compliance with FAR Clause 52.219-14(b) (1) Limitations on Subcontracting, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concern's employees listed by discipline(s) and percentage of cost of contract performance to be expended listed by discipline(s) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), Large, etc). Submitting firms themselves and/or submitting firms intending to use SDVOSB and/or VOSB during contract performance are reminded such firms must be registered on Vetbiz and CVE Verified prior to award. Further, the SDVOSB business must be 51% or more owned by one or more service connected veterans (SDVOSB). Further, the service connected veterans (SDVOSB)/veterans must manage and control the daily operations of the firm, or in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. The SDVOSB/VOSB must meet the small business size standard under relevant industry (NAICS) Code. At least 50% of the cost of personnel for contract performance of the SDVOSB will be spent for employees of the SDVOSB itself or other eligible SDVOSB concerns. SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1.) Professional qualifications necessary for satisfactory performance of required service 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. 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 general geographical area of the project and knowledge of the locality of the project; provided, that application of the 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. ADDITIONAL SELECTION CRITERIA: In addition to the selection criteria identified above, the area of consideration for the offeror is a 400 mile driving radius between the offeror's location and the VA Medical Center, Gainesville, FL. Determination of the mileage eligibility will be based on calculations from www.mapquest.com. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of Standard Form 330 (SF 330) no later than 2:00 PM local time on November 16, 2012. All SF 330 submittals must be sent by email to the attention of Donna Nelson at email address donna.nelson1@va.gov. Submissions by fax are NOT permitted. All questions are to be in writing and forwarded to the attention of donna.nelson1@va.gov no later than November 6, 2012. Additionally, the submission must include an insert detailing the following information: 1. Dun & Bradstreet Number 2. Tax ID Number 3. The e-mail address and phone number of the Primary Point of Contact 4. A printed copy of the firms VetBiz Registry THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. Subject to Availability of Funds. Point of contact is Donna Nelson, Contracting Officer, Tel: 352-376-1611 ext. 6698.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24813I0078/listing.html)
 
Record
SN02914204-W 20121018/121016234008-35ed9303c3219c4de75fdcbc8f859903 (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.