Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2018 FBO #6180
DOCUMENT

C -- Tuscaloosa VAMC A/E IDIQ - Attachment

Notice Date
10/23/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Central AL Veterans Health Care System;Attn: Sherri D. Mitchell, CO;215 Perry Hill Road Lot S, Trailer 2;Montgomery AL 36109-3798
 
ZIP Code
36109-3798
 
Solicitation Number
36C24719R0004
 
Response Due
11/20/2018
 
Archive Date
2/18/2019
 
Point of Contact
Sherri D. Mitchell
 
E-Mail Address
.mitchell@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: The Tuscaloosa VA Medical Center, Tuscaloosa, AL is seeking qualified Architectural and Engineering Firms for an Architect/Engineer, Indefinite-Delivery, Indefinite-Quantity (A/E, IDIQ), multi-discipline contract to provide professional Architect/Engineer (A/E) Services. Tasks shall include architectural, structural, mechanical, electrical, plumbing, Information Technology, access/security controls and Life Safety systems disciplines. This procurement may result in award of a minimum of two separate IDIQ contracts from this announcement. The selected A/E firms shall provide professional A/E services for various VA projects as required. A/E services shall include, but are not limited to design services to include the preparation of designs, plans, specifications, accurate cost estimates, commissioning, construction period services, site visits, necessary site investigation, as-builts and verification of as-built drawings, analysis of utility systems, necessary detail drawings and reproduction expenses, calculations, studies, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, concept designs, value engineering, soils engineering, drawings reviews and preparation of operation and maintenance manuals. Services include design submissions which may be at, but are not limited to, conceptual, 35%, 65% and 100% with updated as-built drawings on AutoCAD CDs, PDF files, and other related professional services as defined by FAR Part 36.6 that may be required. To be selected, the A/E firm is required to have a registered Architect and Professional Engineer on staff. Any required engineering (Electrical, Mechanical, Civil, Structural, Fire Protection) as well as the Industrial Hygienist, Landscape Architecture or Interior Design services may be obtained on a consultant basis through a professional engineering firm. The maximum dollar value of all task orders awarded to an individual A/E firm is $3,375,000.00.   The minimum guaranteed amount is $25,000.00 over the life of the contract.   Individual task orders will not exceed $1,000,000.00.   Multiple task orders may be awarded with similar completion schedules and overlapping delivery Task orders may include, but are not limited to the following: 1) Schematic Phase: to include but not limited to making site investigations, collecting data, performing analysis, making presentations and conducting other factfinding studies as might be necessary to support the design of the project. This may include economic analysis and feasibility studies and developing scopes for programmed projects. Services may also include additional consultant services as necessary based on specific project scope. 2) Design Development: may include engineering calculations and analysis, complete design, and statements of probable cost. 3) Construction Documents: to provide complete detailed construction documents for final review that are of such quality and completeness that they can be competitively bid by contractors. 4) Bid Documents: to provide completed detailed, signed drawings, specifications and documents complete and ready for issuance to prospective contractors. A/E firms will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. A/E firms are responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). 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. 5) Construction Period Services: may include commissioning services, consultation and visits, design work as related to inquiries and modifications, hazardous material abatement plans, preparation of cost estimates including contractor bid analysis and recommendations, and participation in any pre-bid and preconstruction conferences. All Task Orders shall remain open until after the competition of the construction contract to allow for the full use of construction period services. This is a 100% set-aside for SDVOSB firms only. The firms will need to be CVE verified and visible in VIP (VAAR 8041102) when SF330 s are submitted. This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR). The North American Industry Classification System (NAICS) Code is 541310 and 541330, Architectural Services and Engineering Services, and the small business size standards are $7.0 million and $14.0 million respectively. Interested parties shall ensure current state licensing, shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov, verified as a SDVOSB in Vet Biz information pages (VIP) at hrrp://vip.vetbiz.gov and reporting to VETS 100 program at https://vets100.dol.gov.vets100login.htm. SDVOSB verification is mandatory to be considered for award. Firms must be registered in SAM (System for Award Management) database, information on registration requirements can be obtained on the Internet at (http://sam.gov), and submit their complete Annual Representation s and Certifications (ORCA) via online at htpp://orca.bpn.gov. Any firm not CVE verified upon submission of their SF330 s will not be evaluated and not considered for award. Please submit a copy of you CVE verification letter with your SF330 package. A/E firms are advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed six percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 - Design Within Funding Limitation, will be applicable to any task order or procurement action under this A/E IDIQ. Firms will be evaluated by the A/E Evaluation Board, scored and ranked according to score. The most qualified firms will be invited to interview with the selection board. The number of firms selected to interview will be dependent on the number of firms that submit SF-330s. A minimum of three firms will interview with the selection board, and will again be numerically scored. The two firms with the highest score will be selected to negotiate an A/E IDIQ contract. Responses should be submitted on an SF330. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP type in SF330 in the "Find a Form" block and click on search. This project includes a requirement for site visits and coordination on design reviews, A/E firms will be required to attend meetings in person on site at the Tuscaloosa VA Medical Center in Tuscaloosa, AL. Due to this requirement, the area for consideration for this acquisition is restricted to eligible A/E firms, to include subcontractors, team members, and partners with an operating office located within the local geographic region of the Tuscaloosa VAMC, Tuscaloosa, AL. The local geographic location of consideration for this project is: AE firm must be located within a 200 mile radius of the Tuscaloosa VA Medical Center 3701 Loop Road Tuscaloosa, AL 35404. Interested firms must include the location of an operating office within the radius in their SF330 package. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. Submission of information incorporated by reference is not allowed. Interested firms shall submit five (5) printed and bound copies and two (2) electronic copies on compact disk of their SF 330 with appropriate documentation. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. Submitted SF330s will include the following elements: Standard Form 330 (Rev. 3/2013) Architect-Engineer Qualifications SF330, Section H: Additional Information Firms submitted SF330s will be evaluated by an A/E evaluation board, scored and ranked according to score. The following evaluation criteria will be used to evaluate SF 330 technical proposals: Professional qualifications necessary for satisfactory performance of required services. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, and waste reduction. Demonstrated success in prescribing the use of recovered materials, and using waste reduction and energy efficiency in facility design. Provide examples of experience and demonstrate the ability to provide professional consulting and design services relevant to hospitals and healthcare organizations; familiarity with applicable codes and ability to incorporate in design documents the requirements of the Joint commission, OSHA, NFPA, IBC, and other such regulatory organizations, and commissioning certification and experience. This includes, but is not limited to; safety related requirements as the implementation of interim life safety measures (ILSMs) and infection control risk assessments (ICRAs). Capacity of the A/E firm to perform work required within required time frames and budget. Volume of previously awarded contracts and government experience should be demonstrated. Past performance on contracts with Government agencies and private industry. Highlight past performance in a hospital environment, including, but not limited to design development, construction cost estimating, cost control, code review and implementation, quality of work, and compliance with performance schedules, etc. Geographic location and facilities of the working offices which will provide the professional services and familiarity with the area in which the project work is located. Reputation and standing of the firm and its principal officials with respect to professional performance, national recognition, general management and cooperation. Record of significant claims against the firm because of improper or incomplete architectural and engineering services (Errors and Omissions). Specific experience and qualifications of the proposed personnel assigned to the project design and management teams and their record of working together as a team. Acceptability under other appropriate evaluation criteria; i.e. SF330, Section H: Management Plan Management Process QA/QC Cost Control Schedule Control Proposed Design Approach Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting and all Joint Ventures must be CVE verified, submit agreements that comply with 13CFR 125.15 prior to contract award. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION. Offerors opting to mail proposals shall submit proposal packages to the Department of Veterans Affairs. By Mail Delivery: Central Alabama Veterans Health Care System Attn: Sherri D. Mitchell, Contracting Officer 215 Perry Hill Road Lot S, Trailer 2 Room 11 Montgomery, AL 36109-3798 Offerors opting to hand deliver proposals shall submit proposal packages to the Department of Veterans Affairs. By Hand Delivery: Central Alabama Veterans Health Care System Attn: Sherri D. Mitchell, Contracting Officer 215 Perry Hill Road Lot S, Trailer 2 Room 11 Montgomery, AL 36109-3798 Firms shall submit proposals not later than 10:00 AM local time, November 20, 2018. All questions regarding this announcement must be e-mailed to the contracting office at sherri.mitchell@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MoVAMC/VACAHCS/36C24719R0004/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24719R0004 36C24719R0004.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4648339&FileName=36C24719R0004-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4648339&FileName=36C24719R0004-000.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: Tuscaloosa VAMC;3701 Loop Road;Tuscaloosa, Alabama
Zip Code: 35404-5088
 
Record
SN05131785-W 20181025/181023230428-56e4aa5ce202e0ca9948ef308c81bb71 (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.