SOLICITATION NOTICE
C -- A/E IDIQ Contract for Michael E. DeBakey VA Medical Center
- Notice Date
- 4/24/2020 11:38:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620R0049
- Response Due
- 5/25/2020 12:00:00 AM
- Archive Date
- 06/24/2020
- Point of Contact
- John Moua, Contract Specialist. John.Moua@va.gov
- E-Mail Address
-
John.Moua@va.gov
(John.Moua@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a request for SF 330 s Architect-Engineer Qualifications only. This is not a request for proposal. No solicitation package will be issued. The Michael E. DeBakey Veterans Affairs Medical Center, 2002 Holcombe Blvd., Houston, TX 77030 is advertising for Architect-Engineer Services (A/E) for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This IDIQ is anticipated to be a multi-year, five (5) years, contract term. The Government intends to award Firm-Fixed Price Task Orders under this IDIQ contract with maximum value of $7 million. The minimum guarantee for the entire IDIQ contract term is $10,000.00. This minimum is not on a per task order basis. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Task Orders are expected to be between $10,000.00 to $500,000.00. This acquisition is 100% set-aside for Service-Disabled Veteran Owned Small Businesses. Verification of status in VetBiz will be performed per VAAR 852.219-10, VAAR 819.7003, and VAAR 804.1102. The Government anticipates making award to one (1) Architectural and Engineering (A/E) firm. The North American Industry Classification System (NAICS) codes that apply to this notice are 541310 Architectural Services (Small Business Size of $8 Million). General tasks shall include architectural, civil, mechanical, plumbing, electrical, and structural disciplines. The selected A/E firms shall provide professional A/E services for various VA projects as required. A/E services shall include, but will not be limited to, design, document preparation, and contract administration for projects associated with the various facilities-related programs including but not limited to, capital improvements, repair and alterations, new construction, development of cost estimates, utilities, energy-consuming system upgrades, HVAC projects, space optimization, asbestos removal, compliance with the Uniform Federal Accessibilities Standards, utility commodity review and purchasing, master planning, code analysis reviews, and inspection of physical facilities and campus. Disciplines and expertise that may be required to accomplish the scopes of the task orders include but are not limited to: architecture, mechanical, electrical, plumbing, civil, structural, fire protection, life safety, security, blast, risk assessment, vertical transportation, space planning, real estate market analysis, interior architecture, historic preservation, estimating, master planning, report writing, quality control review, scheduling, surveying, LEED. Task orders may include, but are not limited to, 1) Schematic Phase: to include, but not limited to, making site investigations, collecting data, performing analysis, making presentations and conducting other fact-finding studies as might be necessary to support the design of the project. This may include economic analysis, feasibility studies and developing scopes for programmed projects. Services may also include additional consultation services as necessary based on specific project scope. 2) Design Development: may include, but not limited to, engineering calculations and analysis, complete design, and statements of probable cost. 3) Construction Documents: may include, but not limited to, providing 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: may include, but not limited to, providing completed detailed, signed drawings, specifications and documents complete and ready for issuance to prospective contractors. To be considered for selection, interested eligible firms shall submit three (3) copies of their SF 330 Part I and II no later than 3:00 p.m. CST. on May 25, 2020. to John Moua, Mail Code 90C, RM# 4B-313, 2002 Holcombe Blvd., Houston, TX 77030. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within submitted SF330 packages. All submissions must be bound in some manner (no paperclips). To be eligible for award, firms must be registered with SAM.gov and the VETBIZ and CVE certified prior to contract award. Registration information is available at the VETBIZ website, http://www.vetbiz.gov/. Email Submissions will not be accepted. After final selection has taken place the contracting officer may release information identifying the firm with which a contract will be negotiated, when an award has been made, the contracting officer may release award information. Debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable, in accordance with FAR Part 15. SELECTION CRITERIA SOURCE SELECTION EVALUATION CRITERIA: The following evaluation criteria, listed in descending factor order of importance and weight, will be used for both the SF330 evaluation and when conducting discussions/interviews: Factor 1: Professional Qualifications (30 pts) Subfactor 1A - Professional qualifications necessary for satisfactory performance of A/E services necessary to complete the type of work required (20 pts) Subfactor 1B - Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness (10 pts) Factor 2: Specialized Experience and Technical Competence (20 pts) Subfactor 2A - Specialized experience and technical competence in designing in an active hospital environment - including project phasing, risk mitigation, ICRA, ILSM, experience in energy conservation, pollution prevention, waste reduction, the use of recovered materials, LEED certification, development of schematic, design development and construction drawings as necessary for all project requests, construction period services for all design contracts leading to construction, cost estimates, schedules, physical space mock ups, and preparation of statement of work (SOW), site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services and reports, attend site visits during scope development and Construction Administration, and validation of clinical program workloads and related data. (13 pts) Subfactor 2B - Specific experience and qualifications of personnel proposed for assignment to the contract and their record of working together as a team (7 pts) Factor 3: Capacity to accomplish the work in the required time (15 pts) Factor 4: Construction Period Services Experience (15 pts) Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Factor 5: Past Performance (15 pts) Subfactor 4A - Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (10 pts) Subfactor 4B - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (5 pts) Factor 6: Location (4 pts) Location in the general geographical area of the VISN 16 facilities and knowledge of the locality of the facilities; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. Factor 7: Subcontracting (1 pt) The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Firms will be evaluated by the A/E Evaluation Board, scored and ranked according to qualifications. The three (3) most qualified firms will be invited to interview with the selection board and will again be numerically scored. The firm with the highest score will be selected to receive request for proposal. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED. Attachments:
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0c27caa3070e413c8d2551dc870aceec/view)
- Place of Performance
- Address: 77030, USA
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN05635192-F 20200426/200424230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |