DOCUMENT
C -- LEGIONELLA SUPPRESSION DESIGN IDIQ - Attachment
- Notice Date
- 11/3/2016
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;GLAC Southern Tier Construction Team;3001 Green Bay Road;Building 1 Room 329;North Chicago, IL
- Solicitation Number
- VA69D17N0008
- Response Due
- 11/15/2016
- Archive Date
- 12/15/2016
- Point of Contact
- Carmella L. Speer
- E-Mail Address
-
Business
(carmella.speer@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE This is a request for Standard Form 330, not a request for proposal. The Department of Veterans Affairs has a need to establish a new Indefinite Delivery Indefinite Quantity (IDIQ) contract for Architect-Engineer (A/E) Legionella Suppression Design services at the Edward J. Hines Jr. Veteran Affairs Hospital located in Hines, IL. The A/E shall provide for and furnish all labor, materials, equipment, temporary protection, qualified supervision, overtime, and other items designated under the provisions of this contract as outlined in the contract specifications and as shown on the contract drawings. Scope includes, but is not limited to: Providing design services and oversee construction of selected legionella suppression projects. Preparation of construction plans (drawings), cost estimates and specifications for the installation of water systems monitors for temperature, PH and Oxidant levels in the hot and cold potable water distribution systems. Continuous monitoring of incoming water quality entering building(s). The evaluation and construction plans and specifications for three (3) options for water treatment modalities: OPTION A: Copper Treatment OPTION B: Chlorine Dioxide Treatment OPTION C: A/E Recommendation Drawings, specifications and cost estimates shall include all facets of work and trades necessary to facilitate award of a construction contract Construction period services, to include site visits during construction, are part of the scope. The ordering period for services under this IDIQ contract will be 3 years commencing on the date of contract award with the option to extend for two (2) additional 1-year periods. The minimum amount of each task order will be $25,000 and maximum amount of each task order will be $500,000.00. The guaranteed minimum will be $2,500.00. The maximum amount of the contract will be $499,999.00. The following evaluation factors will be used to evaluate the qualifications of responding firms: 1) Professional qualifications necessary for satisfactory performance of required services. 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. 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) Location in the general geographical area of the project and knowledge of the locality of the project. Location is restricted to 250 mile radius from Edward J. Hines Jr. Veteran Affairs Hospital. 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 solicitation, specifications and drawings will be posted on FedBizOpps within the next 30 days. There will be a pre-bid conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-bid conference will be included in the solicitation package. Pursuant to 38 USC 8127(d), competition is restricted to Service-Disabled Veteran-Owned Small Business Architect-Engineering firms. The North American Industry Classification Code (NAICS) for this procurement is 541310; size standard $7.5 Million applies. No bid packages are available at this time. In accordance with VAAR 819.7003(b), SDVOSB firms must be verified in the VIP database prior to submitting an SF 330. All interested parties must be registered and current in the System for Award Management (SAM) database. If you are not registered in the System for Award Management (SAM) database, you may register online at https://www.sam.gov. Prospective firms are reminded that per VAAR 852.219-10 and by its submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract in the case of a contract for services, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17N0008/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-17-N-0008 VA69D-17-N-0008.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3090718&FileName=VA69D-17-N-0008-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3090718&FileName=VA69D-17-N-0008-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-17-N-0008 VA69D-17-N-0008.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3090718&FileName=VA69D-17-N-0008-000.docx)
- Place of Performance
- Address: Edward J. Hines JR VAH;5000 South 5th Ave;Hines, IL
- Zip Code: 60141
- Zip Code: 60141
- Record
- SN04319929-W 20161105/161103234544-6654e314c2a5464bb7b6ba3283f5c8aa (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 |