Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2013 FBO #4164
DOCUMENT

C -- NEW A/E Open-End IDIQ DESIGN CONTRACT FOR MADISON - Attachment

Notice Date
4/17/2013
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Wm S. Middleton VA Hospital;Attn: John Meyers;2500 Overlook Terrace;Madison WI 53705-2254
 
ZIP Code
53705-2254
 
Solicitation Number
VA69D13I0932
 
Response Due
4/30/2013
 
Archive Date
6/29/2013
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
John
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This modification rescinds and replaces the information listed in the original Special Notice. This is a request for Standard Form 330, not a Request for Proposal (RFP). Provide professional architectural and engineering design services under an IDIQ contract at the Wm S. Middleton VA Hospital, Madison, WI 53705. Services are primarily Architectural and Engineering in scope and may have related 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. A/E Services shall be provided for one (1) year, with the option to extend for two (2) additional years. For any one project, a work order will be issued not to exceed $500,000, and the total cumulative contract amount for work orders shall not exceed a maximum of $2,000,000.00. The area of consideration is restricted to firms located within a 200-mile radius of the Wm. S. Middleton VA Hospital, Madison, WI 53705. Selection criteria will be based on: (1) Firm Experience/Professional qualifications necessary for satisfactory performance of required services (including a joint venture or association); including knowledge in design and construction requirements. (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 cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans' Affairs. (5) Location in the general geographical area of the project and knowledge of the locality of the project (200 miles); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (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 firm shall be listed in System for Award Management (SAM) under NAICS code 541310 and also be CVE verified prior to submitting a SF 330 in accordance with VAAR 819.703(b). The awarded firm is expected to meet the requirements in FAR 52.219-14 entitled "Limitations on Subcontracting" (NOV 2011) and VAAR 852.219-10 entitled "VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside" (DEC 2009). Compliance will be monitored throughout contract performance. The A/E firm must be able to perform 50% of the cost of contract performance, which shall be performed by the employees of the firm. A/E firms that meet the requirements listed in this request for SF 330s are invited to submit one (1) hard copy and (1) electronic (email or CD) copy of the SF 330 with appropriate documentation by close of business April 30, 2013. Mail one copy of the information to:Email one copy to: Department of Veterans Affairsjohn.meyers2@va.gov William S. Middleton VA Hospital Attn: John Meyers 2500 Overlook Terrace Madison, WI 53705-2254 As this is not a RFP, no bid packages are available. The North American Industry Classification Code (NAICS) for this procurement is 541310; size standard $7 Million applies. This requirement is 100% set aside for Service Disabled Veteran Owned Small Business (SDVOSB). Award is subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D13I0932/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-13-I-0932 VA69D-13-I-0932_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=710658&FileName=VA69D-13-I-0932-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=710658&FileName=VA69D-13-I-0932-003.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: Wm S. Middleton VA Hospital;2500 Overlook Terrace;Madison WI
Zip Code: 53705-2254
 
Record
SN03038978-W 20130419/130417234707-5a221621e9964d69488f6b0100097abc (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.