Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2020 SAM #6947
SOURCES SOUGHT

C -- Madison AE IDIQ Base IDIQ Contract for Wm. S. Middleton VA Hospital Madison, WI

Notice Date
12/4/2020 4:27:08 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25221Q0102
 
Archive Date
02/02/2021
 
Point of Contact
Stacy.Hoover2@va.gov, Stacy Hoover - Contracting Officer, Phone: 608-256-1901 x13155
 
E-Mail Address
Stacy.Hoover2@va.gov
(Stacy.Hoover2@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
REQUEST FOR SF 330 AE IDIQ for Wm. S. Middleton VA Hospital Madison, WI 36C252-21-Q-0102 INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. The Department of Veterans Affairs has a need to establish a new single award Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Architect/Engineer (A/E) design services at the Wm S. Middleton VA Hospital, Madison WI 53705. Services are primarily Architectural and Engineering in scope and may have related Civil/Structural/Mechanical/Electrical/Plumbing and Fire Protection Engineering. Scope of work may include the field verification of existing conditions, preparation of schematic designs, space plans, construction documents, specifications, cost estimates, review of shop drawings & sample submittals, site visits and preparation of punch lists etc. for final acceptance, and construction period services. The selected A/E firm will provide required architect/engineer and related services required in accordance with issued task orders. All work under this ID/IQ will be for the Wm. S. Middleton VA Hospital in Madison, WI. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR Part 36.606. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92-582), Federal Acquisition Regulation Part 36.6, VA Acquisition Regulation 836.6 and VA Acquisition Manual M836.6. MILEAGE RESTRICTION: in accordance with FAR 5.207(c)(13), this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 275-mile radius, within the U.S., of Wm. S. Middleton VA Hospital, 2500 Overlook Terrace, Madison, WI 53705. The 275-mile radius restriction will be verified by using the website https://www.freemaptools.com/radius-around-point.htm and verifying the distance from the firm s primary or satellite office location. Period of Performance: Five-Year Ordering Period Contract Type: Firm-Fixed-Price ID/IQ Estimated Magnitude of Construction: Individual task orders will be established for a minimum of $3,000.00 and a maximum of $1,000,000.00. Contract Ceiling: $5,000,000.00 NAICS Code: 541310 Size Standard: $8 Million VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF 330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.gov. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1 and VAAM M836.602-1. NOTE: Factors 1-4 will be rated with equal importance relative to each other; Factors 5-6 will be rated with equal importance relative to each other and Factors 7-10 will be rated with equal importance relative to each other. 1) Professional qualifications necessary for satisfactory performance of required services. 2) Capacity to accomplish the work in the required time including; maintaining project schedules, maintaining project budgets, cost control effectiveness, and estimating accuracy. 3) Past performance on contracts with Government agencies and private industry in terms of quality of work, compliance with design schedule, cost control and management. Include all CPARS reported past performance for Department of Veterans Affairs projects. 4) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 5) Location in the general geographical area of the project (275 miles) and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The address of the prime designer will be a main office of the prime. 6) 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. 7) 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. 8) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (9) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (10) 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. *Offerors are advised that the Government may use all data provided by the Offeror and data obtained from other sources, including, but not limited to, Government wide databases, relying upon personal business experience with the Offeror, in assigning a rating for past performance. Past Performance information on contracts not listed by the Offeror, or that of planned sub-consultants, may also be evaluated. The Government may contact references provided by the Offeror, as well as any other source it identifies, and information received may be used in the evaluation of the Offeror s Past Performance. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete Past Performance information rests with the Offeror. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF 330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined below when addressing evaluation factors. SELECTION PROCESS: in accordance with FAR 36.6, SF 330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF 330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will then begin with the most preferred firm. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. SUBMISSION REQUIREMENTS: A/E firms, which meet the requirements listed in this announcement, are invited to submit four (4) original hard copies and one (1) electronic copy (one .pdf copy via email; size limit 10MB) of the completed Standard Form (SF) 330 no later than 1:00pm Local Time, Monday, January 4, 2021. Packages are to be mailed to: Department of Veterans Affairs Wm S. Middleton VA Hospital Attn: Stacy Hoover (90C) 2500 Overlook Terrace Madison WI 53705-2254 Electronic copies are to be emailed to: Attn: Stacy Hoover RFI: 36C252-21-Q-0102 Stacy.Hoover2@va.gov Acceptable electronic formats (software) for submission of SF 330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) SF 330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages may not be evaluated. The font for text shall be Times New Roman 12-point or larger; (d) Please note that we can no longer accept .zip files due to increasing security concerns. 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. Questions may be directed only by e-mail to Stacy.Hoover2@va.gov. VA Primary Point of Contact: Stacy Hoover, NCO 12 Contracting Officer, Stacy.Hoover2@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1d71e556ad134b4bbd5c8796f94a5010/view)
 
Place of Performance
Address: Wm. S. Middleton VA Hospital 2500 Overlook Terrace Madison, WI 53705-2254, USA
Zip Code: 53705-2254
Country: USA
 
Record
SN05867284-F 20201206/201204230142 (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 |
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.