Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
DOCUMENT

C -- Upgrade Switchgear and Distribution/688-16-2-428-0024 - Attachment

Notice Date
7/18/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
VA24516N0097
 
Response Due
8/3/2016
 
Archive Date
11/1/2016
 
Point of Contact
ANDERSON COX
 
E-Mail Address
ON.COX@VA.GOV<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
SOURCES SOUGHT NOTICE FOR SERVICE DISABLE VETERAN OWN SMALL BUSINESS Notice: VA245-16-N-0097 Project No. 688-16-003 PURPOSE: Upgrade Electrical Switchgear and Distribution at the Washington D.C. VA Medical Center located at 50 Irving Street N.W., Washington D.C. 20422. In an effort to enhance opportunities for Service Disable Veteran Own Small Business (SDVOSB) and increase the Department of Veterans Affairs (VA) accomplishments in this important socioeconomic category, VA VISN 5, Veterans Affairs Medical Center is performing preliminary market research to gauge the level of interest and capabilities of SDVOSBs with regards to an upcoming acquisition for Architect/Engineering Services at the Washington DC, Medical Center located at 50 Irving Street N.W., Washington DC 20422 The findings of the preliminary market research will be used in considering a 100% set aside for SDVOSBs pursuant to the set-aside authority contained in Public Law 109-461. Award Item- AE Design and Construction Period Services for NRM project Project Title: Upgrade Electrical Switchgear and Distribution This acquisition is for Architectural/Engineering Services, and is procured with the Brooks Act as implemented in Subpart 36.6 of the federal acquisition regulation. All submissions will be evaluated in accordance with the evaluation criteria attached herein. A "short list" of the six firms deemed most highly rated after initial source selection will be chosen for interviews. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this amount. Award of the base bid will include work associated with upgrading the electrical switchgear and distribution at the Washington D.C. VA Medical Center, located at 50 Irving Street N.W., Washington D.C. 20422. This procurement is a 100% set-aside for Service-Disabled Veteran Owned Small Business firms. Before a SDVOSB is proposed as a potential contractor, they must be "verified" by VETBIZ (www.vetbiz.gov) and registered in SAM (www.sam.gov) database(s). Failure of a proposed SDVOSB to be verified by CVE at the time the SF330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a negotiated Firm-Fixed Price Contract. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is not more than $7.5M average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $3Million and $5Million. Eligible AE firms must have a working office location within a 0-200 mile radius of the VAMC, 50 Irving Street Washington D.C 20422. This distance is determined according to www.randmcnally.com. This will be verified through www.sam.gov and VETBIZ. The selected AE firm(s) shall be in accordance with FAR 2.101 definition of "Architect-engineer services" as defined in 40 USC 1102 and FAR Part 36.6 to provide professional AE services for the Veterans Administration as required. AE(s) signing drawings must be licensed in Maryland, Washington D.C. and Virginia. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. This acquisition is open to all firms meeting the qualifications of a SDVOSB under the associated NAICS code as registered in ORCA and SAM and VETBIZ. Eligible and qualified A/E firms are required to submit THREE (3) hard copies and ONE (1) via CD of their entire completed SF Form 330 packages; SF330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF330 package. All hard copy submissions must be bound in some manner. Information shall be submitted no later than 2:00 eastern standard time(EST) on August 8, 2016. Packages are limited to 75 pages with minimal pictures. Shortlisted firms will be scheduled for oral presentations/interviews. Negotiations will be made with the highest ranked firm. Telephone inquiries will not be honored. No faxed or emailed forms of submissions will be accepted. Mail submissions to: Department of Veterans Affairs Medical Center, Attn: Anderson Cox SAO East/V5/VAMC, 50 Irving Street, Building #6 Contracting Offices Bh135 Washington D.C. 20422. Hand delivery to the above address on or before the due date and time of 2 PM EST August 8, 2016 will also be accepted. The Scoring for the A/E Interview will be as follows: The AE firm will be evaluated using the following criteria (1)PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACORY PERFORMANCE OF REQUIRED SERVICES: Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, and Fire Protection Engineer) In addition, provide resumes of other relevant team members such as Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. ? (2)SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE WORK REQUIRED: Provide a detailed narrative of up to 10 (maximum) relevant projects completed within the last 5 years that best illustrate the overall teams experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract. (3)PAST PERFORMANCES ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES: Discuss firms' ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms' performance issued, on that contract. If no documentation exists, please state. Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired. (4)ORGANIZATION, MANAGEMENT, AND QUALITY CONTROL: Discuss firms' organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firms' approach to design and project management. Document the firms' ability to handle projects with multiple end-users and complex requirements. Describe the teams' organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. (5)CAPACITY- TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Submission requirements for the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee within the range of $300,000.00 and $500,000.00 designed in the firms' office. Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates (6)LOCATION: Located must be within a 200 miles radius of the D.C VA Medical Center, 50 Irving Street N.W. Washington D.C. 20422. Describe and illustrates the teams' knowledge of design approaches, construction materials, codes/ordinances costs and other conditions unique to the geographic area related to the contract for which the submittal is being made. ? (7)LITIGATION AND INSURANCE: Provide a detailed narrative of the firms current and past litigation and professional liability insurance certificate. This acquisition is for A/E Services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. AE firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II and (2) any requested supplemental date to the procurement office shown. Firms registering for consideration for future Federal AE projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.00v/orca/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, the six firms that are considered to be the most highly qualified to provide the type of service required will be scheduled to provide an oral presentation/interview. These firms will then be ranked in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Questions regarding this notice must be received via email to Anderson Cox at Anderson.cox@va.gov by 12:00 P.M. Eastern time on July 28, 2016. PHONE CALLS WILL NOT BE ACCEPTED. The email must state the following in the subject line: Upgrade Electrical Switchgear and Distribution (SOURCES SOUGHT)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACNAC/VACNAC/VA24516N0097/listing.html)
 
Document(s)
Attachment
 
File Name: VA245-16-N-0097 VA245-16-N-0097.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2879236&FileName=VA245-16-N-0097-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2879236&FileName=VA245-16-N-0097-000.docx

 
File Name: VA245-16-N-0097 Upgrade primary electrical switchgear and distribution and provide additional high voltage feeder to facility Rev 1 06 23 2016.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2879237&FileName=VA245-16-N-0097-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2879237&FileName=VA245-16-N-0097-001.pdf

 
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: DEPARTMENT OF VETERANS AFFAIRS;50 IRVING STRET N.W.;WASHINGTON D.C.;20422
Zip Code: 20422
 
Record
SN04186826-W 20160720/160718235054-5613f9b544caf6a5168a137ab83af503 (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.