DOCUMENT
C -- AE IDIQ Design and Engineering Services Services shall be provided for one (1) year, with the option to extend up to four (4) additional years for multi- discipline engineering consultant service. - Attachment
- Notice Date
- 5/7/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D15N0848
- Response Due
- 6/22/2015
- Archive Date
- 8/21/2015
- Point of Contact
- Leon A. Jutrzonka
- E-Mail Address
-
Leon A. Jutrzonka, Contracting Officer
(leon.jutrzonka@va.gov)
- Small Business Set-Aside
- N/A
- Description
- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT & ENGINEERING SERVICES AT THE CLEMENT J. ZABLOCKI VA MEDICAL CENTER IN MILWAUKEE, WI. This is a request for Standard Form 330, 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 Architectural and Engineering design services at the Clement J. Zablocki VA Hospital, Milwaukee, WI. 53295. 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 four (4) additional years. For any one project, a task order will be issued not to exceed $1,000,000, and the total cumulative contract amount for work orders shall not exceed a maximum of $4,900,000.00. The area of consideration is restricted to firms located within a 350-mile radius of the Clement J. Zablocki VA Hospital, Milwaukee, WI. 53295. Firms responding to this notice will be evaluated and ranked using the evaluation criteria listed below. The technical evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF 330. The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4), but are equal value among them; Criteria (7), (8) and (9) are the least important. Selection criteria will be based on: 1. 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. 2. Professional Qualifications necessary for satisfactory performance of required services. 3. Capacity to accomplish the work in the required time. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 6. Location in the general geographical area of the project and knowledge of the locality of Clement J. Zablocki VA Medical Center, Milwaukee, Wisconsin, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Area of consideration is restricted to firms located within a 350 mile radius of the Clement J. Zablocki VA medical Center, Milwaukee, Wisconsin as determined by mapping tool program titled "Free Map Tools.com" at web site http://www.freemaptools.com/radius-around-point.htm. 7. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 8. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 9. Inclusion of Small Business Consultant(s), and or minority-owned consultant(s), and/or woman-owned consultant(s), and/or veteran owned consultants(s), and/or disadvantage veteran owned consultants(s), and/or HUBZone consultant(s). 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). This requirement is a 100% total set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). 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 22 June 2015. Mail one copy of the information to:Email one copy to: Department of Veterans Affairsleon.jutrzonka@va.gov Great Lakes Acquisition Center (GLAC) Attn: Leon A. Jutrzonka 115 S. 84th Street, Suite 101 Milwaukee, WI 53214-1476 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 $7.5 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/VA69D15N0848/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-15-N-0848 VA69D-15-N-0848_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2033358&FileName=VA69D-15-N-0848-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2033358&FileName=VA69D-15-N-0848-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-15-N-0848 VA69D-15-N-0848_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2033358&FileName=VA69D-15-N-0848-001.docx)
- Place of Performance
- Address: 115 South 84th Street;Suite 101;Milwaukee, Wisconsin
- Zip Code: 53214-1476
- Zip Code: 53214-1476
- Record
- SN03723648-W 20150509/150507235008-6da99300fdc603acd7163eb1e03ee5b8 (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 |