Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2015 FBO #4822
DOCUMENT

C -- Upgrade Electrical Distribution 5KV to 15KV PSHCS, Seattle Division, WA Project 663-15-102 Design - Attachment

Notice Date
2/4/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;77 Wainwright Drive;Walla Walla, WA 99362
 
ZIP Code
99362
 
Solicitation Number
VA26015R0147
 
Response Due
3/24/2015
 
Archive Date
6/22/2015
 
Point of Contact
Charlene Duncan
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, Network Contracting Office 20, is seeking professional architect/engineering firms to provide all necessary architectural and engineering services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction for Project 663-15-102 Upgrade Building 100 Electrical Distribution from 5KV to 15KV at the Puget Sound Healthcare System (PSHCS), Seattle, WA. The selected AE firm will be required to perform all necessary on-site survey work for this project such as, but not limited to, verifying record drawings, and existing site conditions. The selected AE firm shall also furnish technical services for schematic design, design development, construction documents and post-construction services. It is expected the key disciplines will include, but are not limited to, electrical, mechanical, and cost engineering, as required for this project. The awarded A/E firm will prepare drawings and specifications in sufficient detail such that qualified general construction companies can prepare accurate and timely bids or proposals for the desired construction work. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction activities on medical center operations. This procurement will be evaluated using the Brooks Act (PL-92-582). The procurement is 100% set aside for small businesses concerns. The NAICS code for the procurement is 541330, and the size standard is $7.5 million. Firms that meet the requirements listed in this announcement and desiring to be evaluated for this proposed A/ E design services work are required to submit: (1) Cover letter referencing the FBO announcement; name and address of the A-E firm; DUNS number and CAGE Code; and name and contact information of the individual(s) representing the firm for this announcement; (2) Standards Form 330 Architect Engineer Qualifications. Standard Form 330 (Architect-Engineer Qualifications) is available at the webpage address - http://www.gsa.gov/portal/forms/type/SF; (3) Evaluation Criteria: Supplemental narrative addressing the evaluation factors below: Factor 1. Professional qualifications necessary for satisfactory performance of required service. The education, training, registration, certifications overall, relevant experience, and longevity with the firm of the key management and technical personnel should be provided. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. Provide brief resumes of proposed team members who will specifically serve on this project team. Each resume shall include a minimum of three (3) specific completed projects that best illustrated the team members experience relevant to this project's scope. Also include years of experience in position and roles each member on this project. The lead designer in each discipline must be registered. Factor 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in architectural, industrial hygiene, demolition, lead abatement, structural, mechanical lightning protection, electrical power and systems designs. Contractor should also have specialized experience in healthcare emergency power supply system design. Provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years that best illustrate overall team experience relevant to this project's scope. Factor 3. Capacity to accomplish the work in the required time. Projects similar or greater in scope, size and magnitude is beneficial. The full potential value of any current A/E contracts that a firm has been awarded will be evaluated. For the Prime and each proposed consultant to be assigned to the team, list the larger current projects being designed in the firms' office. Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H, Item 1). Factor 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information will be obtained through the CPARS Government Past Performance Information System. In addition, Contractors are required to provide three past performance questionnaires directly to the Contracting Officer. See attached past performance questionnaire. The contractor must provide the entire past performance questionnaire to each of its assessors. An individual assessor knowledgeable of the contractor's quality of supplies and services rendered is requested to verify, complete the questionnaire, and submit to the Contract Specialist at maria.santiago4@va.gov. If evaluating more than one contract for the same contractor, use a separate questionnaire for each contract being evaluated. Factor 5. Location in general geographical area of the projects 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. Contractor must have an office within 200 miles of the PSHCS, Seattle, WA. Determination of mileage eligibility will be based on www.mapquest.com. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. Factor 6. Acceptability under other appropriate evaluation criteria. Emergency Power Supply System design credentials. Supply evidence that proposed team has worked on projects that involved designing major electrical systems for healthcare facilities. Focus should be on keeping an existing Medical Center operational during functional during the work. Factor 7. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Factor 8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The SF 330 shall contain a signed and dated statement by the president of the firm affirming that there are no records of significant claims because of improper or incomplete architectural and engineering services. Factor 9. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Include any sub-contractors that are proposed. Note: Failure to address all evaluation factors in sufficient detail may result in a lower rating. In accordance with the Brooks Act, the A-E firms must be registered/licensed architectural and/or engineering firm. Provide evidence that your firm, subcontractor or proposed team members are permitted by law to practice the profession of Architecture or Engineering. Also, the firms shall be listed in System for Award Management (SAM) under NAICS code 541330 prior to submitting a SF330. Ensure your firm has an active SAM entity record (https://www.sam.gov ). Cover Letter, SF 330, and supplemental narrative information shall be submitted to Charlene Duncan (charlene.duncan@va.gov) in PDF format and attached to an e-mail prior to March 24, 2015, 4:00 PM (PT). It is the offeror's responsibility to deliver the required information on or before the due date which includes allowing a reasonable amount of time for the delivery of the required information (FAR 15.208(a)). Please note, files greater than 5MB may not be delivered through the email system. It is the offeror's responsibility to manage file sizes so the documents can be transmitted successfully. The A/E selection will be completed in two stages: In Stage 1, public announcement of the A/E services and evaluation and final ranking of interested firm's portfolios of accomplishment. In Stage 2, short-listed lead designer-A/E teams will be interviewed. An A/E evaluation board consisting of a VA engineering representatives will evaluate the submissions. The Board will establish a short-list of the highest rated firms, to assist the Government in selecting the most highly qualified contractor. Those firms on the short-list may be interviewed or asked to submit supplemental responses. Any questions related to this proposed acquisition shall be submitted in writing via e-mail to the Contracting Officer, Charlene Duncan (charlene.duncan@va.gov). Facsimile and hard copy submissions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WWVAMC687/WWVAMC687/VA26015R0147/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-15-R-0147 VA260-15-R-0147.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1849406&FileName=VA260-15-R-0147-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1849406&FileName=VA260-15-R-0147-000.docx

 
File Name: VA260-15-R-0147 PPQ - cd.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1849407&FileName=VA260-15-R-0147-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1849407&FileName=VA260-15-R-0147-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Puget Sound Healthcare System;Seattle, WA
Zip Code: 98108
 
Record
SN03632499-W 20150206/150204235117-0c96e5be21ceb3a1e45ca2d5ab8c7425 (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.