Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2013 FBO #4347
DOCUMENT

C -- A/E and Related Professional Services VAMCs and Outlying Facilities, Spokane and Walla Walla, WA - Attachment

Notice Date
10/17/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;77 Wainwright Drive;Walla Walla WA 99362-3994
 
ZIP Code
99362-3994
 
Solicitation Number
VA26014R0003
 
Response Due
12/2/2013
 
Archive Date
3/2/2014
 
Point of Contact
Charlene Duncan, Contracting Officer
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, NCO 20 Construction Team has a requirement to establish multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for multidisciplinary Architect/Engineer and related professional services. Services performed under these IDIQ contract(s) will be primarily for the Department of Veterans Affairs Medical Centers located in Spokane and Walla Walla, Washington; however, services may also be required to support other medical centers within VISN 20, which includes Alaska, Idaho, Oregon and Washington. Services shall also support work required for any and all outlying VA facilities. Outlying facilities may be located anywhere within the medical center's geographic area of responsibility, including, but not limited to, Alaska, Idaho, Oregon and Washington. The procurement will be conducted in accordance with the Brooks Act (PL 92-582). The procurement is 100% set aside for small businesses. The NAICS code for this procurement is 541330 and the small business size standard is $14,000,000.00. IDIQ contracts resulting from this solicitation will be for one base year with the potential of four one-year options to be exercised at the VA's discretion. The maximum capacity for each IDIQ contract will be $20,000,000.00 over the life of the contract. Task orders will not have a minimum limitation; however, the maximum award amount for a task order will not exceed $1,000,000.00. Task orders issued under the resulting IDIQ contracts will require A/E and related professional services to include any combination of programming, planning, studies, independent design reviews, verification of requirements, schematic and design development, conceptual designs, independent design reviews, construction drawings and specifications, construction phase services, construction estimates, inspection and testing services, schedule and delay analysis, commissioning, and construction management services. The A/E shall have the ability to provide Building Information Management Systems (BIM) management, documentation and modeling in compliance with VA BIM Guide and with Industry Foundation Classes (IFC). Task orders issued will be to support construction, maintenance and repair projects. Services may involve single or multi-disciplinary teams which may include architectural, interior design, civil, electrical, landscape, mechanical (plumbing, HVAC, etc.), structural, industrial hygiene and other related services. Specialty engineering consultants may be required. Requirements will vary for each task order and will be defined in the task order scope of work. Work may be in preparation for design-build or design-bid-build projects. The complete scope of work that will be in the resulting IDIQ contracts is attached to this announcement. In accordance with FAR 36.602-1, application packages will be evaluated based on the following criteria: 1.Professional qualifications necessary for satisfactory performance of required services. Provide resumes of all key personnel, including key personnel with sub-consultants. Key personnel are defined as the lead architect or discipline engineer, project manager and quality control manager assigned to this contract. Key personnel are required to be licensed or certified professionals as applicable. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. Individuals identified as key personnel shall be the same individuals performing these positions under the resulting contract and task orders. Any changes in the proposed key team members and sub-consultants must be approved by the contracting officer. 2.Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reductions, the use of recovered materials and sustainable design. The proposed team shall provide a maximum of five specific projects that best illustrate the overall team experience. Projects must have been completed within the past three years. Specific projects should include remodeling, renovation and new construction at operating medical facilities. At least one project should be for the renovation of electrical and mechanical systems in an occupied facility. 3.Capacity to accomplish the work in the required time. Describe the firm's ability to utilize an adequate number of personnel and the proposed team's ability to complete several small task orders concurrently. Task orders may be for a wide range of projects and may require a quick turn-around. Information provided shall include the workload availability of the firm and sub-consultants as well as any specialized equipment that may be available. 4.Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. In addition to information submitted, the government will consider information obtained from the Past Performance Information Retrieval System (PPIRS) and any other sources deemed necessary by the government. 5.Location in the general geographical area of the facilities covered in this announcement as well as knowledge of the locality of the project provided that application of this criterion leaves an appropriate number of qualified firms. Award of contracts will be weighted based on proximity to the facilities. In accordance with FAR 36.602-1, the board will consider secondary factors set forth in the Veterans Affairs Acquisition Regulation (VAAR) at 836.602-1. 1.Reputation and standing of the firm and its principle officials with respect professional performance, general management, and cooperativeness. This criterion will be applied to proposed sub-consultants. 2.Record of significant claims against the client because of improper or incomplete architectural and engineering services. 3.Specific experience and qualifications of personnel and sub-consultants proposed for assignment to this contract and their record of working together as a team. To assist the government in selecting the most highly qualified contractor, those firms slated as highly qualified may be interviewed or asked to submit supplemental responses. After evaluation and establishment of the list of most highly rated firms, consideration will be given in the following order: 1.Service-Disabled Veteran-Owned Small Businesses; 2.Veteran-Owned Small Businesses; 3.All other small businesses Firms that are other than a small business as determined by the applicable size standard will not be eligible for award. Negotiations will be conducted with the mostly highly qualified firms to establish hourly rates for each discipline. The negotiated rates will be incorporated into the subsequent IDIQ contract. For each task order, the VA will issue a request for proposal which will include a project-specific scope of work. The A/E will provide a proposal based on the pre-negotiated hourly rates and the level of effort necessary for each required discipline to perform the project scope of work. Questions regarding this announcement shall be submitted in writing, via email, to Charlene Duncan, Contracting Officer, at charlene.duncan@va.gov. Interested firms that meet the requirements in this announcement are invited to submit an electronic PDF application package consisting of (1) an SF330 Part I and Part II for their firm as well as for each proposed sub-consultant on the team; (2) resumes of key personnel; and (3) a supplemental narrative may be submitted identifying the specific facilities or geographic location(s) for which your firm would like to be considered. Application packages shall be submitted via email attachment to Charlene Duncan at charlene.duncan@va.gov. The due date for receipt of the application package is December 2, 2013. It is the responsibility of the offeror to assure that the submitting email has been received by the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WWVAMC687/WWVAMC687/VA26014R0003/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-14-R-0003 VA260-14-R-0003.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1052755&FileName=VA260-14-R-0003-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1052755&FileName=VA260-14-R-0003-000.docx

 
File Name: VA260-14-R-0003 AE IDIQ SOW R3.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1052756&FileName=VA260-14-R-0003-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1052756&FileName=VA260-14-R-0003-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03217777-W 20131019/131018085423-b4f9b21ce246665bd784049b911e0cf0 (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.