DOCUMENT
C -- IDIQ A/E Services National Acquisition Center Hines, IL - Attachment
- Notice Date
- 7/20/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- VA NAC / 003A4A2;PO Box 76;1st Ave., One Block N of 22nd;Hines IL 60141
- ZIP Code
- 60141
- Solicitation Number
- VA797S17N0021
- Archive Date
- 9/18/2017
- Point of Contact
- David Pawlowski
- E-Mail Address
-
pawlowski@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUEST FOR SF 330 This is a request for Standard Form 330, not a request for proposal. The Department of Veterans Affairs, Office of Acquisition and Logistics, National Acquisition Center, Hines, IL is seeking qualified Architect/Engineer (AE) firms to provide professional services necessary for the design of various "in-house" and nonrecurring maintenance (NRM) construction projects. Work to include, but would not be limited to: planning, design and oversee construction of mechanical, electrical, plumbing (MEP) engineering services and related architectural services for completion of task order projects issued under a resulting open-ended contract at Building #37, Hines, IL. Services shall be provided for one (1) year, with the option to extend four (4) additional years. For any one project, a task order will be issued not to exceed $250,000, and the total cumulative contract amount for task orders shall not exceed a maximum of $2,000,000. This request for SF 330 is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the authority of 38 U.S.C. §8127. 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. The NAICS code for this procurement is 541330 (Engineering Services); small business size standard is $15.0 million. Selection criteria will be based on: 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. 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. All SF 330s received by the due date and time will be evaluated by an evaluation board using the evaluation factors identified in this announcement. After SF 330s have been evaluated, discussions will be held with at least three (3) of the most highly qualified firms. After discussions conclude, the evaluation board will re-evaluate the firms using the same evaluation factors, taking into consideration both the SF 330s and discussions, to select the most highly qualified firm. Negotiations will then be conducted to establish labor, escalation, overhead, and profit rates to be used throughout the IDIQ. AE firms that meet the requirements listed in this request for SF 330 are invited to submit one (1) hard copy and (1) electronic copy of the SF 330 with appropriate documentation no later than 3:00pm CDT, Tuesday, August 22, 2017. Mail one copy to: Email copy to: Department of Veterans Affairs david.pawlowski@va.gov Office of Acquisition and Logistics National Acquisition Center Attn: David Pawlowski P.O. Box 76 Hines, IL 60141
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA797S17N0021/listing.html)
- Document(s)
- Attachment
- File Name: VA797S-17-N-0021 VA797S-17-N-0021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3675636&FileName=VA797S-17-N-0021-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3675636&FileName=VA797S-17-N-0021-000.docx
- File Name: VA797S-17-N-0021 Statement of Work AE Services.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3675637&FileName=VA797S-17-N-0021-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3675637&FileName=VA797S-17-N-0021-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA797S-17-N-0021 VA797S-17-N-0021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3675636&FileName=VA797S-17-N-0021-000.docx)
- Place of Performance
- Address: National Acquisition Center;1st Ave., One Block N of 22nd;Hines IL 60141
- Zip Code: 60141
- Zip Code: 60141
- Record
- SN04588152-W 20170722/170720235020-6e2dbe88ba62ba9365644cf96c8f7646 (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 |