SPECIAL NOTICE
C -- Madison MEP AE IDIQ 2024 (VA-24-00031417)
- Notice Date
- 1/8/2024 5:19:14 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25224Q0171
- Response Due
- 1/30/2024 11:00:00 AM
- Archive Date
- 03/30/2024
- Point of Contact
- John Meyers, Contracting Officer, Phone: 608-280-7225
- E-Mail Address
-
john.meyers2@va.gov
(john.meyers2@va.gov)
- Awardee
- null
- Description
- This is a Request for SF330s, not a Request for Proposal (RFP). The Department of Veterans Affairs has a need to establish a new Indefinite Delivery Indefinite Quantity (IDIQ) contract for mechanical, electrical and plumbing (MEP) Design Services for a single award Firm-Fixed-Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract at the Wm S. Middleton VA Hospital, Madison WI 53705. The design services are for various nonrecurring maintenance (NRM), SCIP (Strategic Capital Investment Planning) and station level construction projects that are primarily Mechanical, Electrical, and Plumbing (MEP) in nature and may have related architectural, civil, structural and fire protection. 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 (MEP) and related services required in accordance with issued task orders. The area of consideration is restricted to firms located within a 275-mile radius of the Wm S. Middleton VA Hospital, Madison WI 53705. The ordering period for services under this IDIQ contract will be 5 years commencing on the date of contract award. The minimum amount of each task order will be $3,000.00 and maximum amount of each task order will be $1,500,000.00. The guaranteed minimum will be $2,000.00. The maximum amount of the contract will be $5,000,000.00. Pursuant to Public Law 109-461, this solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. In accordance with VAAR 819.7003(b), at the time of submission of bids, and prior to award of any contracts, the offeror must represent to the contracting officer that it is a; (1) SDVOSB eligible under this subpart; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) Certified SDVOSB listed in the SBA certification database at https://veterans.certify.sba.gov/ (see 13 CFR 128). Prospective firms are reminded that per VAAR 852.219-73 and by its submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract in the case of a contract for services, the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not certified SDVOSBs listed in the SBA certification database. The following evaluation factors will be used to evaluate the qualifications of responding firms: 1) Professional qualifications necessary for satisfactory performance of required services. 2) 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. 3) Capacity to accomplish the work in the required time including; maintaining project schedules, maintaining project budgets, cost control effectiveness, and estimating accuracy. 4) *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. 5) Location in the general geographical area of the project and knowledge of the locality of the project (275 miles); the address of the prime designer will be a main office of the prime. 6) Record of significant claims against the firm because of improper or incomplete MEP design services. 7) 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; and their record of working together as a team. 8) 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. *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. All SF 330s received by the due date and time will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF 330s 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 330s and discussions, to select the most preferred firm, pursuant to FAR 36.606, from the firms considered to be the most highly qualified and commence negotiations. Additionally, Department of Veterans Affairs Network Contract Office (NCO) 12 may utilize the SF 330 s submitted under 36C25224Q0171 for various smaller design projects in accordance with FAR Part 36.602-5 Short Selection Process for contracts not to exceed the simplified acquisition threshold ($250,000.00). Deliverables: A/E firms, which meet the requirements listed in this announcement, are invited to submit five copies; four (4) original hard copies and one (1) electronic copy via email of the completed Standard Form (SF) 330 no later than 1:00pm CDT, Tuesday, 30 January 2024. Ensure file size under 7 MB, multiple emails are acceptable - no CD s or flash drives will be accepted. Packages are to be mailed to: Department of Veterans Affairs Wm S. Middleton VA Hospital Attn: John Meyers (90C) 2500 Overlook Terrace Madison WI 53705-2254 Electronic copies are to be emailed to: john.meyers2@va.gov 36C25224Q0171 As this is not an RFP, no bid packages are available. The North American Industry Classification Code (NAICS) for this procurement is 541330; size standard $25.5 Million applies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ec5d337a11474f50a755dd5c56aeb83a/view)
- Record
- SN06929348-F 20240110/240108230042 (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 |