Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2016 FBO #5278
DOCUMENT

C -- Architect and Engineering Services Indefinite Delivery Indefinite Quantity Multiple Award Contracts for the CFM Central Region - Attachment

Notice Date
5/4/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4D);3001 Green Bay Road;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10116R0042
 
Response Due
6/3/2016
 
Archive Date
9/1/2016
 
Point of Contact
Lara L. Lutz
 
E-Mail Address
utz@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. SF330 Package is due by June 3, 2016 at 2:00 PM Central Time. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (Public Law 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The Department of Veterans Affairs (VA), Office of Construction & Facilities Management (CFM), Central Region proposes to obtain the services for facilities support, design, project management, maintenance of design and construction standards, historic preservation services, and design and facilities expertise to the Department of Veterans Affairs to deliver high quality, cost effective facilities in support of our Nation's Veterans. CFM key customers are, but are not limited to the VA Districts, the VA Central Office (VACO), the Veterans Health Administration (VHA), National Cemetery Administration (NCA), Veterans Benefits Administration (VBA) and subordinate Veteran Integrated Services Networks (VISN), VA Medical Centers (VAMC), National Acquisition Centers (NAC), CFM Regional Offices and VBA field offices, across the country who proudly work at the front lines of service delivery. Firms should be advised that CFM's key customers may be given ordering authority to use the CFM Central Region AE IDIQ contracts. The majority of the requirements satisfied by issuance of task orders against this contract will originate within the boundaries of the Central Region of the United States (See the attached CFM Region Map). Central Region States include MI, OH, IN, WI, IL, MN, IA, MO, ND, SD, NE, KS, MT, WY, CO, UT, OK, AR, MS, LA, and TX. The VA anticipates awarding at least three (3) AE IDIQ Contracts100% Set Aside for Service Disabled Veteran Owned Small Business (SDVOSB) for the Central Region. The IDIQ contracts will be awarded for five (5) years (base one year period and four (4), one year options, if exercised). The amount of contract capacity for the 5 year period shall be $25,000,000. If the capacity is exhausted before the five (5) year time frame, the contract will be considered complete. The minimum guarantee amount shall be $2,000.00. The contract is anticipated to be awarded in 2016 and completed in 2021. Using the fair opportunity procedures listed at FAR 16.505(b), Task Orders will be competed among the AE IDIQ Firms. A Request for Qualifications containing the selection criteria listed at FAR Part 36.602-1 and VAAR 836.602-1 will be sent to the selected firms. The Government will evaluate the qualifications and the most highly qualified firm will receive a request for fee. The Task Orders will then be negotiated as firm-fixed price using the contract audited rates. In accordance with FAR 52.216-19 -- Order Limitations the minimum order shall not be below $2,000 and the maximum single order shall not be greater than $2,000,000. If remaining capacity falls below $2,000.00, the Government will consider the contract complete. North American Industrial Classification System (NAICs) codes are Architect or Architect/Engineer Firms with an approved NAICS Code of 541310 which has a size standard of $7,500,000 in average annual. This announcement is being competed as 100% Set-Aside for Service Disabled Veteran Owned Small Businesses. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) database. Representations and Certifications must be completed electronically via this site as well. Register via the SAM Internet site at www.sam.gov or by contacting the SAM Customer Service at 1-866-606-8220. The SDVOSB must be listed in the Vendor Information Pages database (http://www.VetBiz.gov) as a certified SDVOSB. Additionally firms must supply type(s) and amount of insurance along with insurance carrier(s). Quality Control Plans will be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of the work). Also, in accordance with Executive Order 13658 the current minimum wage for certain Federal contractors are $10.15 per hour. The Task Order Ombudsman for these contracts is the following: Department of Veterans Affairs ADAS for Procurement Policy, Systems, and Oversight Risk Management and Compliance Service 810 Vermont Ave, NW Washington, DC VARiskManagement @va.gov 2. PROJECT INFORMATION/STATEMENT OF WORK: CFM supports its customers with services and products including (but not exclusively): Design programs; Schematic Design ; Pre-construction documents studies; Design Development; Construction Documents; Cost Estimates; Value Engineering; Construction Period Services; Schematic Design, Design Development, and Construction Documents Peer Review; Specialty Consultant; Constructability Review; QA/QC; Construction Submittal Review; RFP for Design-Build; Facility Condition Assessments; Electrical Studies; and Design Services for Minor and Non-Recurring Maintenance Projects, Commercial office building design, commercial interior space planning, furniture design and layouts, and signage and wayfinding. The multiple award contracts are for licensed architectural, multi-disciplined engineering and design (A/E) services for the following types of projects: "facilities demolition "repairs "alterations "new construction "utility/infrastructure upgrades "leases Additionally, there may be contracts for all types of new and existing facilities including, but not limited to medical centers, hospitals, clinics, community based outpatient clinics, administrative/office buildings, training and education buildings, medical research facilities, community living centers, domiciliaries, parking garages, central plants, support buildings, and campus infrastructure and utilities. Standards: Work will be prepared in compliance with VA/CFM standards, guidelines and criteria, such as PG 18-15 and Space and Equipment Planning System (SEPS), which can be found on the VA/CFM Technical Information Library (http://www.cfm.va.gov/til/index.asp) and the statement of work associated with each task order issued. Successful firms must be able to demonstrate experience and success in working with these standards, or similar system wide standards from other Federal, State, private healthcare systems or corporations. Tasks for the Contract: The various tasks associated with the AE IDIQ contracts that will be awarded are identified in the following paragraphs (Task Group1 - Task Group 4). Task Group 1 - Assessments Pre-Construction Documents - Technical Studies: Example of the tasks includes but not limited to: Preparation of studies involving systems evaluation. Reports on the inspections of VA facilities assessing site development, utilities investigations, Federal, State, and Local permit requirements and recommendations. Analyses of existing and selected systems also, including determining available capacity involving structural, electrical, and HVAC systems. Evaluation of equipment proposed for VA facilities. Development of cost comparison studies on building systems, renovation alternatives versus building additions versus new buildings. Develop time analyses studies of different phasing alternatives. Facility Condition Assessments (FCA): Example of the tasks includes but not limited to: Provide consulting, assessment, and inspection services utilizing experts skilled in appropriate technical areas necessary for the evaluation of existing VA facilities. (Reports will indicate all systems, conditions, life expectancies, etc.) Utility Studies: Description of work to be performed: See link for description of services to perform: http://www.cfm.va.gov/til/aeDesSubReq.asp A/E design Submission Requirements, Site, Topo, Utility, Landscape, and Soil Surveys Scope of Services. ASSESSMENT CONSULTING SERVICES Example of the tasks include but not limited to: Provide assessment consulting services and technical studies on a wide variety of facility design and construction issues including seismic studies indoor air quality, national codes and standards review, cost estimating, facility operations, control of indoor air quality, impact of facility standards on building performance and facility life cycle, interoperability electronic standards for facility design, construction, operation, project documentation and construction management. Services may require on-site inspections. Energy Analysis: Example of the tasks include but not limited to: Perform analysis and provide studies of energy usage including electric, gas, steam solar or other systems utilized or proposed to be utilized in the assigned facilities and medical center complexes. Façade Studies: Example of the tasks includes but not limited to: - Perform both no-destructive and destructive evaluations of existing and proposed building facades. Special emphasis should be placed on methods used, determining longevity, thermal properties and description of aesthetic themes and intent. Seismic Studies: Description of work to be performed: Perform seismic research on the locations identified to indicate current seismic zones; analyze existing building structure for compliance with current seismic criteria. Determine needed improvements to meet current requirements and estimate cost of compliance. See guidance on the VA TIL website: http://www.cfm.va.gov/til/seismic.asp Infrastructure Assessment: Description of work to be performed: Perform analysis of existing or proposed infrastructure on medical center complexes to including defining and documenting: utility capacities, physical security elements in place, fencing, pedestrian and vehicular roads, sidewalks and amenities, all associated elements of the built environment composing the medical center campus. The intent of the studies is to identify supporting facilities and conditions to accommodate proposed future expansions, renovations, and new construction. See the TIL for guidance regarding Physical Security studies: http://www.cfm.va.gov/til/dManual.asp Site survey, soil/geotechnical investigation: See link for description and instructions of services to be performed: http://www.cfm.va.gov/til/aeDesSubReq.asp also follow ASCE industry standards. Risk Analysis Services: Quantify the largest risks to a project or mitigate those risks (for example, GAO conducted a schedule risk analysis for a medical center and found that there is a 50 percent chance that the project won't be finished until more than 6 months after its estimated completion date). VA will require an integrated master schedule that includes VA and contractor efforts for all project phases. Task Group 2 - Professional Reviews Peer review - Schematic through CDs: DESIGN REVIEWS THROUGH DESIGN DEVELOPMENT STAGE Example of the desired tasks include: The evaluation, review and recommendation on all architectural and engineering disciplines' designs, calculations, specifications, reports, system analyses, conformance with sustainable design criteria and thorough completeness and coordination based upon development of the final approved Schematic Plan. Evaluations will be based upon the submission requirements established in PG-18-15. Site visits to VA facilities for participation in reviews and meetings with CFM personnel in Washington, DC CONSTRUCTION DOCUMENT REVIEW Example of the tasks include but not limited to: The evaluation, review and recommendations on the complete drawings and specifications, soil borings, VA testing lab recommendations, and other documents necessary for the bidding and construction of this project. These documents will be provided by the project A/E from the approved design development documents. The AE IDIQ shall evaluate and ensure the coordination of the drawings between disciplines; conformance with sustainable design criteria; identification of errors, omissions or conflicts found within or between drawings and specifications. The AE IDIQ shall evaluate the schedule to meet the operating plan due dates for the Request for Proposal or Invitation for Bids and award dates. Review and comment on project phasing. Evaluate market conditions that may affect bidding. Review any resubmitted construction documents with recommendations as to their acceptability in accordance with PG-18-15. Constructability Review Example of the tasks includes but not limited to: The Contractor will provide a detailed analysis of the construction documents to assure clarity, accuracy, coordination and completeness of the documents. The review will focus on the suitability of the drawings and specifications for ease of construction and the placement and maintenance of equipment. Review will identify conflicts and/or claims that may arise during construction. Value Engineering Review: The Contractor will be tasked to establish a VE Task Team, be a participant within this team or make recommendations based upon an analysis of a VE report. If tasked to establish a VE Task Team, the Contractor will provide at least one architect, structural engineer, mechanical engineer and electrical engineer with additional support as necessary. A submission comprised of the individuals' name, background and experiences and other relevant information is required for approval by the Contracting Officer. Experience requirements are as follows. (A)Engage a qualified VE Consultant to provide the full service. The consultant shall have a recognized background in the field of VE; or (B)Engage a qualified VE Consultant to work with the guide staff members; or (C) Use a staff member who has had a adequate formal VE training (e.g. attendance at a 40 hour VE Workshop based upon the conventional formalized method of the Society of American Value Engineers) Construction Submittal Review not anticipated through the design A/E Contract: The Contractor shall provide submittal review services covering products that may not have been listed within the contract documents but not limited to cut sheets, manufacturers data/performance sheets, samples, shop drawings which are beyond the services provided by the VA selected A/E. Review periods will be established by the Contracting Office. Compatibility analyses of different materials and recommendations associated with acceptance or rejection of alternate materials and products. Review duration will meet requirements established by Contracting Officer. Specialty Consultants not available through the design A/E: The Contractor will be tasked to provide additional design services, construction and inspection services, expert witnesses or claims consultants skilled in design analysis, CPM, phasing development, construction techniques and other associated specialties. The Contractor will be required to present the technical, professional and experience background for evaluation and approval of the Contracting Officer to support construction activities or preparation of reports involving design or investigation and evaluation of issues associated with design and construction. Task Group 3 - Technical expertise/Studies Cost Estimates - Description of work to be performed is found on the VA TIL website Manual for preparation of cost Estimates. http://www.cfm.va.gov/cost/index.asp On site Construction Support; QA/QC: Construction Change Support; Submittal Review - Example of the tasks include but not limited to: Provide on-site quality assurance and control through witnessing performance tests of various types of structural, electrical, HVAC equipment, elevators, sprinkler systems, fire alarm, communication systems and other systems integral to a fully operational building system. Prepare reports associated with on-site inspections or analyses of test reports, review of submittal material and evaluation of contract modifications, cost estimates, daily logs, and preparation of requests for information (RFI), monitoring of submittals and other duties assigned by the Senior Resident Engineer (SRE). Prepare reports associated with on-site investigations of materials, equipment and systems components. Test performance and operation in compliance with contract requirements. Medical Equipment Planning and Design: Description of work to be performed is found on the VA TIL website. See PG-18-9 and other Design Guides for information. http://www.cfm.va.gov/til/planning.asp, http://www.cfm.va.gov/til/space.asp As-built preparation/updates: Description of work to be performed is similar to industry standard as-built preparation services. In some cases updating as-builts will be required whereby measuring existing facilities and reviewing completed contact documents are required to update the as-builts. Work will be performed in accordance with VA CAD Standards, information can be found on the VA TIL. Preparation of BIM documentation: Description of work to be performed is found on the VA TIL at http://www.cfm.va.gov/til/projReq.asp Laser Measurement: Description of work to be performed: Provide laser measurement of existing facilities. Provide CAD and electronic submittals of results that may be used to created BIM files of existing facilities and or updates to as-built documents. Update Corporate Facility Standards and Guidelines Description of work to be performed: Investigate industry standards, current CFM requirements, trends and functional needs, as necessary to prepare new DVA Design and Construction specifications, standards and guides. Provide detailed, updates and revision of the existing CFM Master Specification, Design Guides, Space and Equipment Planning System (SEPS) criteria and any other design and/or construction standard as maintained by CFM. Physical Security: Description of work to be performed: In accordance with the latest version of the VA Physical Security Design Manual found on the VA TIL website. Traffic Studies: Description of work to be performed: Provide analysis of vehicular and pedestrian circulation in designated areas of medical center campuses and surrounding areas. The traffic studies shall be produced in compliance with industry standards and accepted by local government authorities. Structural Studies: Description of work to be performed: In accordance with the latest version of the VA Design Requirement H-18-8 on the VA TIL website. http://www.cfm.va.gov/til/seismic.asp Operations and Maintenance Systems and Information support (MAXIMO is VA standard platform): Prepare, compile and provide comprehensive OMSI support information in compliance with the construction contract requirements. Provide in MAXIMO when directed. Health Care Design Research: Conduct research and submit reports on current trends, concepts and best practices in various areas of the health care industry concerning design and construction. Research may also involve studies of staff circulation patterns and best practices in patient care. Mock ups: Design and construct mockups of various areas typical in medical centers. Areas may include patient rooms, treatment areas, BIM simulations, etc. Destructive Testing: Conduct forensic testing and provide written reports and recommendations to resolve and correct deficiencies in existing conditions in built facilities. Testing and investigations may require removal some building materials to unveil areas that require examination. Task Group 4 - DESIGN Space programming, evaluation and planning: Develop project space programs in the VA/DoD Space and Equipment Planning System (SEPS), using available workload and space data and information (demonstrated ability to use SEPS, or similar system, required). The current SEPS system produces BIM outputs which could be used as rudimentary schematic design. Space programs may require modification to account existing facility conditions or templated departments. Perform health care operation simulation and/or modelling to assist in cost/benefit decision processes. See guidance on the TIL: http://www.cfm.va.gov/til/planning.asp Schematic, Concept, Design Development : Perform and prepare designs utilizing planning documentation, evaluations, review and recommendation of all architectural and engineering discipline calculations, specifications, reports, system analyses, drawings, cost estimates meeting the approved space program, compliance with established sustainable design criteria, Facility Development Plan (FDP) and Design Program in accordance with the minimum requirements for A/E Submissions, Program Guide PG-18-15. Perform services to identify and make recommendations for correction of submissions to meet the requirements described in PG-18-15. Site visits to VA facilities and meetings with Office of Facilities Management (CFM) personnel in Washington, DC. Produce the various levels of design required for major medical facilities in accordance with the TIL PG-18-15. http://www.cfm.va.gov/til/aeDesSubReq.asp Construction Documents for projects: Produce construction documents consisting of drawings, specifications, and supporting calculations setting forth in detail the requirements for the construction of facilities in accordance with the TIL PG-18-15 and other guidance found on the TIL. http://www.cfm.va.gov/til/aeDesSubReq.asp All design services fr Minor and Non-recurring Maintenance (NRM) Projects: Design programs, schematic design, design development, construction documents and construction period services as required by the Medical Center(s) designated by the Region Director and approval of the Contracting Officer. RFP Preparation: Meet with VA officials, review and analyze any prepared documentation for proposed new VA facilities. Conduct necessary background preparation then produce Design Build Request for Proposals for major medical facilities or other facilities as determined to be acquired and owned by the VA. Design Build and Lease: Meet with VA officials, review and analyze any prepared documentation for proposed new VA leased facilities. Conduct necessary background preparation then produce Design Build Request for Proposals for leased facilities or other facilities as determined to be acquired by the VA. Interior Design: Description of work to be performed is found on the VA TIL website. http://www.cfm.va.gov/til/dManual.asp Wayfinding: Description of work to be performed is found on the VA TIL website. http://www.cfm.va.gov/til/dManual.asp Graphic Design: Description of work to be performed is found on the VA TIL website. http://www.cfm.va.gov/til/dManual.asp 3. SELECTION CRITERIA: Firms will be selected for award based on the Brooks Act and FAR 36.6. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unacceptable based on the risk to the Government that the offeror will successfully perform the factor being evaluated. Award will be made to the firms determined to be most highly qualified. Information for each factor should be submitted for the office and/or employee performing the work in response to this announcement. The technical evaluation factors are of equal importance and the sub-factors are of equal importance within the factor. Technical Capabilities Primary Key Personnel and Consultant Qualifications I. Key Personnel: Key personnel are required to be licensed, registered, and/or certified in the discipline for which they are filling. Resumes for qualified personnel should be presented in Section E of the SF 330 for the following key personnel: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, fire protection engineer (registered with evidence of successful completion of Fire Protection Examination), geotechnical engineer, land surveyor, historical preservation engineer, and environmental engineer. Resumes shall be provided for other key personnel as follows: project manager, interior designer, cost estimator/engineer, value engineer, scheduler, risk analyst, landscape architect, medical equipment planner, and space planner. Appendix I, Primary Key Personnel and Consultant Qualifications, provides the qualifications required for the key personnel. Registration or certification for all is encouraged. All key personnel shall be shown on the organizational chart. The evaluation will take into account performance of key personnel. The offeror must provide the information requested at paragraphs (a), (b), and (c) of this section for technical qualifications evaluation or affirmatively state that it possesses no relevant, directly related, or similar qualifications. The offeror agrees to assign to the contract those persons whose resumes, personnel data forms or personnel qualification statements were submitted as part of the proposal. No substitution or addition of personnel shall be made unless the following procedure is used: If personnel for whatever reason become unavailable for work under the contract for a continuous period exceeding thirty (30) days or are expected to devote substantially less effort to the work than indicated in the proposal, the Contractor shall propose a substitution of such personnel. All proposed substitutions shall be submitted, in writing, to the Contracting Officer at least fifteen (15) days prior to the proposed substitution. Each request shall provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute and any other information required by the Contracting Officer to approve or disapprove the proposed substitution. All proposed substitutes shall have qualifications that are equal to or higher than the qualifications of the person being replaced. (a) Key Personnel Professional Qualifications: Submit a matrix of proposed design team(s), including alternatives, that contain the following data about the members assignment: member's name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: Bachelor of Science, mechanical engineering), state(s) of professional registration, number of years of professional experience, and number of years with the firm. Also, for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years. (b) Specialized and Technical Experience: Using the tasks described at Paragraph 2: Project Information/Statement of Work, provide a description of relevant, recent projects, with clients, for which the team members provided a significant technical contribution. Additionally, indicate which projects the key personnel worked together as a Team. Work on these projects must have been in the last five years. (c) Membership or certifications and accreditations: Provide a list of membership or certifications and accreditations for key personnel. Examples of these associations are the following: American College of Healthcare Executives (ACHE); The American Academy of Healthcare Interior Designers (AAHID); American College of Healthcare Architects (ACHA); American Society of Healthcare Engineers; Evidence-based Design Accreditation and Certification (EDAC) from CHD, Green Building Certification Institute (GBCI), International Facility Management Association (IFMA), National Council for Interior Design Qualification (NCIDQ); Planetree Visionary Design Network (VDN); U.S. Green Building Council's Leadership in Energy and Environmental Design (LEED) Green Building Rating Systems. II) Past Performance: Provide a minimum of three but no more than five examples of similar work for each task group listed within the Paragraph 2: Project information/Statement of Work, (except Task Group 3 - Technical Expertise/Studies - for which you may provide up to seven examples) completed in the past ten years (projects under construction may be included). Include as a minimum, a description of the work (including role played), the project size, cost, type of contract (e.g. task order) and duration. Additionally, provide a tabular listing of all excellent performance ratings and letters of commendation from both private and Government clients, including VA (designate your role: prime, consultant or joint venture partner). These ratings should include the following data: current client contacts, project due date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). Interested firms must list on the SF 330, Part II, block 10, the type, amount and dates of all fees for relevant A/E Services awarded and negotiated with awards between 2006 and the present. III) Firm's Professional Qualifications: The qualifications must demonstrate reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Firms shall provide qualifications that are relevant and recent to the work within the Paragraph 2: Project information/Statement of Work Task Groups. In addition to this information, the firm shall provide the following: (a)Current IDIQ Contracts and task orders issued to the firm including total capacity (b)Sustainable design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEEDpoints awarded, and LEED certified professionals proposed for this contract. (c)Volume: Volume of work previously awarded to the firm by the Department of Veterans Affairs. Interested firms must list in block 11 of the SF 330 the amount and dates of all VA fees for A/E Services awarded and negotiated with awards pending between 2006 and the present. (d)Awards received by the firm (e)Describe the firms' experience with specification writing software (f)Describe the firm's experience with Building Information Modeling (BIM) in developing projects from its initial conception through completion of documentation. IV) Location (Geographic Proximity): Successful firms will have a strong local presence in the CFM Central Region area of responsibility, and a history of local affiliations. Provide a list of relevant projects completed by the firm or joint venture partners and appropriate subcontractors in the areas of responsibility (Central Region) in the past five years (projects in construction can be included). Provide appropriate information on Part II of SF 330 for all Branch offices which may be supporting task orders issued under this contract. V) Service Disabled Veteran Owned Small Business Participation: The Service Disabled Veteran Owned Small Business must include with the proposal, a summary of how the offeror plans to comply with performing at least 50% of the effort in accordance with VAAR 852.219-10(c)(1). This should include what key personnel, by discipline, are proposed to be employees of the firm, and those that may be provided by subcontractors. The 50% performance summary will be evaluated on the extent to which the proposal demonstrates conforming to the limitations in subcontracting (performing at least 50% of the project) in terms of the total value of the acquisition, including options and the realism of the proposal to meet the proposed performance. VI) Capacity: The A/E shall demonstrate it has the necessary capacity to accomplish task order work required over the base year and any option years exercised. The A/E shall provide details of all of its current work (public/private) including the duration of the contracts, and how it anticipates on taking on additional work required by CFM. 4. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this announcement by providing two (2) CD's, one (1) original hard copy and five (5) hard copies of the submittal package including an original SF 330, Parts 1 and 2, for the prime and an SF 330 for each subcontracted consultant proposed. Please include the firm's DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Provide evidence of the firm's capability to accomplish the work described within Section 2, Project Information/Statement of Work, Tasks 1 - 4. Provide information in response to Section 3, Selection Criteria. Demonstrate the firm's ability to accomplish multiple, large and small projects simultaneously; as such would be required under this IDIQ contract. Show the firm's ability to respond to multiple and varied assignments simultaneously in several states utilizing all the engineering disciplines required by the scope of work. Provide evidence that the firm is permitted by law to practice the professions of architecture or engineering, i.e., state registration number. All respondents to this notice shall additionally include a narrative addressing their ability to adequately coordinate and accomplish all required engineering services for multiple projects described above in a multi-state area. In this narrative, the respondents shall identify specific expertise retained in-house and also services that would be subcontracted out. The CDs and hard copy submittal package must be received not later than 2:00 p.m. Central Time on June 3, 2016. Submittals received after this date will be considered late. The NAICS Code is 541310 and the Size Standard is $7.5M. Offerors must be registered in the System for Award Management (SAM) and Vendor Information Pages (https://www.vip.vetbiz.gov/database) in order to participate in this procurement. Include contact name, phone number, fax number and email address on SF 330. Submit one (1) original, five (5) copies, and two (2) CD's. Questions concerning submissions should be directed to Lara Lutz at lara.lutz@va.gov by May 23, 2016. Personal visits for the purpose of discussing this announcement are not permitted. If documents are being hand delivered via postal services, or sent via a carrier the physical address is Department of Veterans Affairs, Office of Construction and Facilities Management, ATTN: Lara Lutz, 3001 Green Bay Road, Building 48, Room 215, North Chicago, IL 60064. Facsimile or electronic transmissions will not be accepted. Submissions must be received no later than 2:00 p.m. Central Standard Time (CST) on June 3, 2016. Any submissions received after the stated time will be considered late. Note 1: If the combining of two or more companies (joint venture (JV)) for the purpose of this requirement, then include each company's role under Part I, Item H of the SF 330. If the JV partners have never worked together on similar jobs, so indicate. The JV will be evaluated as one. The experience of each JV partner will be evaluated based on each partner's role in cited past projects and in the proposed JV role for this project. To identify the JV, provide the DUNS number for each entity and the JV entity. A signed letter of intent to form a JV shall accompany the SF330 submission. If the JV firm is rated as one of the most highly qualified, a signed JV agreement must be provided prior to negotiation. Failure to submit a signed copy of the JV agreement will result in the JV's submission being excluded from consideration for award. Note 2: The firms will be ranked at the conclusion of the consensus rating. At that point the evaluation team will consider interviews with a minimum of five (5) of the most highly qualified firms. After the interviews, the evaluation team will provide the source selection authority a final ranking of the most highly qualified firms. Note 3: If selected for this contract and if contractor has recent Defense Contract Audit Agency (DCAA) audit results supporting proposed overhead and G&A rates the contractor will be required to submit them. All sub-contractors not listed in the initial proposal must be approved by the Director of Project Delivery, Central Region prior to issuance of any task order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10116R0042/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-16-R-0042 VA101-16-R-0042_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711666&FileName=VA101-16-R-0042-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2711666&FileName=VA101-16-R-0042-000.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: Office of Construction and Facilities Management;Central Region Area of Responsiblity;*See attached map
Zip Code: 60064
 
Record
SN04106311-W 20160506/160504235120-fdee5f21294e25fed25b612cf5b40237 (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.