Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
DOCUMENT

C -- JB General AE IDIQ - Attachment

Notice Date
4/6/2018
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);North Chicago, IL 60064-3048
 
ZIP Code
60064-3048
 
Solicitation Number
36C25218Q9486
 
Archive Date
5/6/2018
 
Point of Contact
Alea Barnes
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 REQUEST FOR SF330 INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for a Firm-Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for smaller A/E design projects that are for the design of various nonrecurring maintenance (NRM), SCIP (Strategic Capital Investment Planning) and station level construction projects. Projects will primarily require architectural design and construction period services, however, may require some multi-discipline engineering support in the form of Mechanical, Electrical, and Plumbing Design and FCA (Facility Condition Assessment), (i.e., mechanical, electrical, architectural, civil structural, computer engineering services, etc.). Services to include, but are not limited to conceptual design, design programming, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, and construction period services. All work under this IDIQ will be for the Jesse Brown VA Medical Center in Chicago, Illinois and the VA Illiana Health Care System in Danville, IL. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR part 36. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92- 582), Federal Acquisition Regulation Part 36.6, and VA Acquisition Regulation 836.6. The selected A/E firm will provide required architect/engineer and related services required in accordance with issued task orders. MILEAGE RESTRICTION: in accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 225-mile radius, within the U.S., of Saint Anne, IL, which is the halfway point between the Jesse Brown VA Medical Center in Chicago, Illinois and the VA Illiana Health Care System in Danville, IL. The 225-mile restriction will be verified by using the website https://www.freemaptools.com/radius-around-point.htm and verifying the distance from the firm s primary or satellite office location, from which most the design services will be performed. DESCRIPTION: The ordering period for services under this IDIQ contract will be 5 years commencing on the date of contract award. The minimum amount of each task order will be $3,000.00 and maximum amount of each task order will be $1,000,000. The guaranteed minimum will be $10,000.00. The maximum amount of the IDIQ contract will be not exceed $1.9M. The North American Industry Classification Code (NAICS) for this procurement is 541310; size standard $7.5 Million applies. VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a (1) SDVOSB eligible firm; (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and (3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.gov. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov. EVALUATION FACTORS: selection criteria will be based on the following factors in accordance with FAR 36.602-1 and VAAR 836.602-1: (a) Professional qualifications necessary for satisfactory performance of required services; (b) 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; (c) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; (d) Capacity to accomplish the work in the required time; (e) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (f) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; (g) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; and (h) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. Additionally, keep in mind the submission requirement restrictions outlined in #8 below when addressing evaluation factors. SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will then begin with the most preferred firm. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states: The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable. For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy via eCMS Vendor Portal: a. See attachments for procedures; b. Size limitation is 20MB; 2) Two (2) paper hard copies mailed to: Department of Veterans Affairs Great Lakes Acquisition Center (GLAC) Room 329, Bldg 1 3001 Green Bay Road North Chicago, IL 60064 ATTN: Alea Barnes, Contracting Officer RFI: 36C25218Q9486 The SF330s are due on May 7, 2018 at 3:30 PM (CST). Acceptable electronic formats (software) for submission of SF330 packages: (a) Files readable using the current Adobe Portable Document Format (PDF); (b) Files in Adobe* PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater; (c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages will not be evaluated. The font for text shall be Times New Roman 12-point or larger; (d) Please note that we can no longer accept.zip files due to increasing security concerns. The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search. No Fax or Email Responses will be accepted: personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to alea.barnes@va.gov. VA Primary Point of Contact: Alea Barnes Contracting Officer Alea.Barnes@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q9486/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218Q9486 36C25218Q9486.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209582&FileName=36C25218Q9486-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209582&FileName=36C25218Q9486-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04881245-W 20180408/180406230840-552e63959587ba9a5a86d47fd32a1c8b (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.