SOLICITATION NOTICE
C -- Project 583-10-179 AE Structural Evaluation Parking Garage
- Notice Date
- 6/10/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
- ZIP Code
- 46202
- Solicitation Number
- VA25110RP0242
- Response Due
- 6/24/2010
- Archive Date
- 8/23/2010
- Point of Contact
- Elizabeth Terhune, Contracting Officer
- E-Mail Address
-
Elizabeth Terhune, Contracting Officer
(elizabeth.terhune@va.gov)
- Small Business Set-Aside
- Emerging Small Business
- Description
- This announcement is for a contracting opportunity under the Brooks Act for architect-engineering services. This procurement will be evaluated using Brooks Act (PL-92-582) procedures. THIS PROCUREMENT IS OPEN TO EMERGING SMALL BUSINESS CONCERNS ONLY. Federal Acquisition Regulations (FAR) 36.6 selection rules apply. Prospective Emerging Small Business firms are reminded that in accordance with FAR 52.219-14, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the Emerging Small Business. Applicable NAICS code is 541330 size standard $4.5 million. Description of work to be performed includes: The Architect/Engineer A/E firm shall provide all tools, equipment, material, labor and supervision necessary to perform all necessary work to accomplish a complete study as well as prepare detailed narratives for any needed remediation including: Review construction As-Builts of the existing structure and compare design methods used with current seismic standards. Perform a visual inspection of all elements of parking garage structure (including but not limited to pavement surface, columns, beams and decking) for any current structural deficiencies as well as any areas that are likely to present problems within the life of the garage. Perform any other means of non-destructive testing necessary to obtain an accurate understanding of the current structural capacities of the garage. Prepare a detailed narrative report outlining any necessary remediation of structural elements of the garage including estimated costs of all work. Prepare a separate narrative report detailing any recommended maintenance procedures that are currently not being performed to extend the life and functionality of the garage. Submission of Review Materials: (1) All material shall be submitted in accordance with and at a percentage of completion in accordance with V.A. Handbook "Minimum Requirements for A/E Submission" for each of the reviews listed at 50% and 100%. (2) The Completion times for each submittal shall be: 50% Submission - 30 Days after Notice to Proceed, 100% Submission - 60 Days after Notice to Proceed. (3) Upon completion of the 50% evaluation, one (1) copy of narratives reports and cost estimates shall be submitted to the V.A. for review. One marked-up set and any needed changes shall be returned to the A/E within 7 calendar days by the V.A. for inclusion in the 100% submission. Submission of Final Contract Documents: The final submission shall be submitted to the Contracting Officer's Technical Representative upon completion of the project. All narrative reports shall be in both Word and PDF format, all cost estimates shall be in Excel format and any drawings deemed necessary by the AE shall be in AutoCad 2009 format. The A/E is totally responsible for the detailed accuracy and adequacy of the 100% report and cost estimate. It is the VA's intentions to hold the A/E responsible for "any errors or deficiencies in his designs, drawings, specifications and other services." Such errors or deficiencies shall be corrected without additional compensation. Furthermore, "the A/E shall be and remain liable to the Government for all damages caused by the A/E's negligent performance of any services furnished under this contract", notwithstanding VA reviews of A/E work. Project completion timeframe is 60 days after receipt of the Notice to Proceed. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1 as follows. (1) Professional qualifications necessary for satisfactory performance of required services. (2) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Specific disciplines which will be evaluated are Civil, Structural, and Architectural as well as, Estimators, Specification Writers, Surveyors, and Draftsmen. (3) Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. (4) Past record of performance on contracts with the Federal Government, Department of Veterans Affairs and private industry in terms of cost control, quality of work, and compliance with performance schedules. Limit past project references to those within the same scope as this advertisement. (5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. (Geographical area is 200 driving mile radius of Indianapolis IN.) (6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The NAICS Code for this procurement is 541330 Engineering Services. Award of a Firm Fixed price contract is anticipated. Anticipated award of a contract with successful AE firm is August 2010. Successful firm must be registered with the Central Contractor Registration (CCR) website (https://www.bpn.gov/ccr/default.aspx). This procurement is 100% set-aside for Emerging Small Business (ESB) firms. Firms providing responses for evaluation must be registered in CCR in the NAICS code as an Emerging Small business. Any firm providing a qualification package that is not an ESB will be considered non-responsive and will not be included in the evaluation process. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in ORCA in conjunction with required registration in the CCR database prior to award of a contract (FAR 4.11). Submission Requirements: Qualified firms are required to submit: Two (2) completed Standard Form (SF)330 qualification packages Parts I and II to include all consultants (form available on-line at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a comprehensive design quality management plan. In Section H of Part 1 include information regarding the firms estimating effectiveness (estimated costs vs. actual costs) and compliance with performance schedule (original design schedule vs. actual design completion time) for each key design project listed in Section F. Submission information incorporated by reference is not allowed. Elaborate brochures or other presentation beyond those sufficient to present a complete and effective response to this announcement are not desired. Completed SF330s mailed shall be sent to Richard L. Roudebush VA Medical Center, Attn: Elizabeth Terhune (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 4:30 p.m. EDT, June 24, 2010. Outer envelope or packaging shall clearly indentify Solicitation number. Information can also be hand carried or submitted via commercial express service (NON U.S. Postal mail) to VA Contract Service Center, Building 7, ATTN: Elizabeth Terhune (90 CSC), 2669 Cold Spring Road, Indianapolis, IN 46222. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. No faxed or emailed forms will be accepted. After the evaluation of SF330 submissions in accordance with the evaluation criteria, a 'short list' of three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. This is not a request for proposal. The Government will not pay nor reimburse any costs associated with responding to this sources sought request. The Government is under no obligation to award a contract as a result of this sources sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25110RP0242/listing.html)
- Place of Performance
- Address: Richard L. Roudebush VA Medical Center;1481 W. 10th Street;Indianapolis, IN
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN02174765-W 20100612/100610235645-03d9fd6c165ab9804a7b7cd0953c080e (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 |