DOCUMENT
C -- Architect/Engineer (A/E) Indefinite Delivery Indefinite Quantity (IDIQ) Contract - Attachment
- Notice Date
- 8/1/2014
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Atlanta VA Medical Center;1670 Clairmont Road;Decatur GA 30033
- ZIP Code
- 30033
- Solicitation Number
- VA24714R1276
- Response Due
- 8/18/2014
- Archive Date
- 10/17/2014
- Point of Contact
- Phillip M. Braswell
- E-Mail Address
-
Phillip.Braswell@va.gov
(Phillip.Braswell@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Atlanta VA Medical Center located 1670 Clairmont Road, Decatur, GA 30033 desires to procure an Architectural and Engineering Firm for an A/E (IDIQ), (Indefinite-Delivery, Indefinite-Quantity) multi-discipline contract to provide professional Architect-Engineer Services. Tasks shall include architectural, civil, mechanical, plumbing, electrical and structural disciplines. This procurement may result in award of at least two separate IDIQ contracts from this announcement. The selected A/E firms shall provide professional A/E services for various VA projects as required. A/E services shall include, but are not limited to, design services to include the preparation of designs, plans specifications, cost estimates, commissioning, construction period services, site visits and other related professional services as defined by FAR Part 36.6 that may be necessary. To be selected, the A/E firm is required to have a registered Architect and Professional Engineer on staff. Any required engineering (Electrical, Mechanical, Civil, Structural, Fire Protection) as well as the Industrial Hygienist services may be obtained on a consultant basis through a professional engineering firm. The contract term is for one-year base period with three (3) one-year option periods. The maximum contract value will not exceed $5,000,000.00 aggregate total. The maximum ordering limit per year will be $2,000,000.00 with no individual task order exceeding $750,000.00. The guaranteed minimum task order value will be $3,000.00 for the life of the contract including option periods. Once a task order has been placed total $3,000.00 or more the minimum award guarantee will be satisfied. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Task orders may include, but 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 and feasibility studies and developing scopes for programmed projects. Services may also include additional consultant services as necessary based on specific project scope. 2) Design Development: may include engineering calculations and analysis, complete design, and statements of probable cost. 3) Construction Documents: to provide 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: to provide completed detailed, signed drawings, specifications and documents complete and ready for issuance to prospective contractors. This will be a 100% set-aside for SDVOSB firms only. The firms will need to be CVE verified and visible in VIP (VAAR 8041102) when SF330's are submitted. Firms must be registered in SAM (System for Award Management) database, information on registration requirements can be obtained on the Internet at (http://sam.gov), and submit their complete Annual Representation s and Certifications (ORCA) via online at htpp://orca.bpn.gov. Any firm not CVE verified upon submission of their SF330's will not be evaluated and not considered for award. Please submit a copy of you CVE verification letter with your SF330 package. Eligible firms, to include subcontractors, team members, and partners shall have a branch office located within a 200 mile radius of the Atlanta VA Medical Center, as determined by online MapQuest Directions (www.mapquest.com), please include a copy of your mapping results with your SF330 package. The North American Industry Classification System (NAICS) Code is 541310 and 541330, Architectural Services and Engineering Services, and the small business size standards are $7.0 million and $14.0 million respectively. Interested firms must submit two (2) copies and 1 CD of their SF330 no later than 3:30p.m. EST on Monday, August 18, 2013 to Phillip M. Braswell, Contract Specialist, Atlanta VA Medical Center, Room GC125, 1670 Clairmont Road, Decatur, GA 30033. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF330 packages. All submissions must be bound in some manner (no paperclips). Forms are available on the internet at http://www.gsa.gov/portal/forms/types/SF. The A/E selection criteria will be based on (In order of importance) (1)Healthcare Experience: The specialized experience and technical competence by each member of the team in healthcare related work. (2)Experience: Experience and demonstrated ability to provide professional consulting and design services relevant to hospitals and healthcare organizations; familiarity with applicable codes and ability to incorporate in design documents the requirements of the Joint commission, OSHA, NFPA, IBC, GA EPD and other such regulatory organizations, and commissioning certification and experience. This would include, but not limited to; safety related requirements as the implementation of interim life safety measures (ILSMs) and infection control risk assessments (ICRAs). (3)Capacity of the firm to perform work required within required time frames and budget. Volume of previously awarded contracts and government experience should be demonstrated. (4)Past Performance, especially in a hospital environment, including, but not limited to design development, construction cost estimating, code review and implementation, etc. (5)Specific experience and qualifications of the proposed personnel assigned to the project design and management teams. (6)Demonstrated success in prescribing the use of recovered materials, and using waste reduction and energy efficiency in facility design. (7)Reputation and standing of the firm and its principle officials with respect to professional performance, national recognition, general management and cooperation. (8)Record of significant claims against the firm because of improper or incomplete engineering services (Errors and Omissions). (9)Geographic location and facilities of the working offices which could provide the professional services and familiarity with the area in which the project work is located. Firms will be evaluated by the A/E Evaluation Board, scored and ranked according to score. The three (3) (more or less) 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 and asked to negotiate a fair and reasonable price. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting and all Joint Ventures must be CVE verified, submit agreements that comply with 13CFR 125.15 prior to contract award. This is a request for SF330's Architect-Engineer Qualifications only. This is not a request for proposal; no solicitation package will be issued. This request and procurement is restricted to service-disabled, veteran-owned small businesses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/VA24714R1276/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-R-1276 VA247-14-R-1276.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1543488&FileName=VA247-14-R-1276-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1543488&FileName=VA247-14-R-1276-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-R-1276 VA247-14-R-1276.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1543488&FileName=VA247-14-R-1276-000.docx)
- Place of Performance
- Address: 1670 Clairmont Road;Decatur, GA
- Zip Code: 30033
- Zip Code: 30033
- Record
- SN03447001-W 20140803/140801235058-8a07cbc061c579b1d5fd85dd8a3f922e (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 |