Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
DOCUMENT

C -- A/E IDIQ |EDA: 03/30/2018 |Current Milestone: Pre-Solicitation | Status: CO generating documents for Pre-Solicitation Review DJK (01/17/2018) CO generating documents for Pre-Solicitation Review DJK - Attachment

Notice Date
4/17/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
Solicitation Number
36C24418R0255
 
Response Due
5/18/2018
 
Archive Date
7/17/2018
 
Point of Contact
donald.kalivoda@va.gov
 
E-Mail Address
donald.kalivoda@va.gov
(donald.kalivoda@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is for the selection of a minimum of two (2) Engineering Services (ES) firms for an Indefinite Delivery Indefinite Quantity (IDIQ) Engineering Services contract. The location of the projects will be at the Lebanon Veterans Administration Medical Center, 1700 S. Lincoln Avenue, Lebanon, PA. Work will be required on an as needed basis and will be awarded by use of Firm Fixed Price Task Orders. The Government may make more than two (2) contract awards. The Government intends to award a Firm Fixed Price Contract. All potential offerors must provide a SF 330 containing all required information listed below. The form format must be the General Services Administration SF 330 found on the website http://www.gsa.gov/portal/forms/download/116486 Forms Library. CONTRACT INFORMATION: The ES IDIQ contract may be used for a wide range of design services. Primarily the Task Orders will be used, but not limited to, design of new commercial/industrial type facilities and to design renovations of existing facilities. All contract awards will incorporate the attached Statement of Work. Expected ES may require any combination of the following: Title I Site Investigation Services, Title I - Design Services, and Title II Construction Period Services. This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Veterans Administration Acquisition Regulation (VAAR) 836.6. Firms will be selected for presentations based on demonstrated competence and qualifications for required work. This contract is set-aside 100% for Service Disabled Veteran Owned Small Business s (SDVOSB) capable of completing work under the North American Industrial Classification System (NAICS) code 541330. The contract will be awarded for one (1) base year and will contain an option to extend the contract for four (4) additional one year periods. Total value of the contract shall not exceed $5,000,000.00 with a minimum $5,000.00 guaranteed. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. A Firm Fixed Price (FFP) contract will be awarded. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) electronic CD copy of Parts I and II in the format found at http://www.acgov.org/pwa/documents/sf330.pdf no later than 2:00 pm on May 18, 2018. All SF330 submittals must be sent to the attention of: Lebanon VA Medical Center Attention: Michael Shull Contracting Building 99 Room 43 1700 S. Lincoln Avenue Lebanon, PA 17042 Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of donald.kalivoda@va.gov. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet Number Tax ID Number The e-mail address and phone number of the Primary Point of Contact A printed copy of the firms VetBiz Registry In order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting, all firms submitting SF 330 s for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the Prime ES firm s employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). Personal visits by ES firms, for the purpose of discussing this announcement or the submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Prior to submittal of the SF 330, the selected firm must be registered in System for Award Management (SAM) at www.sam.gov and must also be registered in VetBiz and be verified. SELECTION CRITERIA: The VA will use the following criteria to determine competition when reviewing the SF 330 received: The Professional Qualification and Specialized Experience factors are significantly more important than the other six (6) factors and are of equal weight. The other six (6) factors are listed in descending order of importance. Professional Qualifications to Perform the Services Required / Specialized Experience and Technical Competence: This factor evaluates the personnel and their related qualifications. The key positions should include Project Managers, Quality Assurance Manager, Architects, Structural Engineers, Electrical Engineers, Mechanical Engineers, Civil Engineers, Fire Protection Engineers, Environmental Engineers, and Interior Designers. Firm should indicate whether these personnel have professional certifications in particular field, i.e. PE in Mechanical Engineering. Specialized Experience and Technical Competence: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. This may include general renovation of medical center space to include architectural changes of walls, ceilings, floors, finishes, masonry, doorways including hardware, plumbing including storm sewer, sanitary, hot and cold water, Heating, ventilating, Air conditioning (HVAC) to include, package units, variable air and constant air volume terminals with reheat, Variable frequency drive air handlers, steam and condensate piping, primary and secondary electrical circuits, digital controls, fire protection to include sprinkle system, central fire and security alarms, audio paging systems, asbestos abatement and all work to return space to finished, functioning condition. Experience providing drawings in 3D. Designing general construction of new space to include structural work, roofing, exterior walls, site work, site utilities and work as stated above. Design of specialty construction may include tuck pointing, asphalt paving, elevators, complete key system, large centrifugal chillers and Boiler controls. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. Past performance on contracts with Government agencies: (Particularly Department of Veterans Affairs) and private industry in terms of cost control, quality of work and compliance with performance schedules. Note: Project Past Performance information for projects performed shall be evaluated as either Relevant or Not Relevant. Not Relevant projects shall not be evaluated. The following definitions apply: Relevant: Past/Present performance efforts involve the magnitude of effort and complexities which are essentially what this contract requires. Not Relevant: Past/Present performance efforts involve none or significantly less magnitude of effort and complexities which are essentially what this contract requires. Currency: For the purposes of this contract, currency is performance occurring within the last seven years from the posting of the contract synopsis. Projects which are not current shall not be evaluated Capacity to accomplish the work in the required time: This factor evaluates the ability of the ES firm to, given their current projected workload and the availability of their key personnel, to accomplish the project in the required time Location in the general geographic area : This factor evaluates the response time from the ES firms design office to the location of work (Lebanon VA Medical Center). The personnel identified as the design team staff are expected to work in the design office identified for evaluation of this factor. NOTE: Time will be measured from the Lebanon VA Medical Center, Lebanon, PA via car to the firms indicated office where the work will be performed as indicated on mapquest.com. Reputation and standing of the firm: This factor evaluates the principle officials with respect to professional performance, general management, and cooperativeness. Record of significant claims against the firm: This factor evaluates any claims for improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment: This factor evaluates the personnel and their record of working together as a team
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418R0255/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418R0255 36C24418R0255_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234157&FileName=36C24418R0255-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234157&FileName=36C24418R0255-000.docx

 
File Name: 36C24418R0255 P01 Engineering Services - Statement Of Work 4-09-18.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234158&FileName=36C24418R0255-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4234158&FileName=36C24418R0255-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04891845-W 20180419/180417230735-d2b16046d7c638005348ddab99a749cc (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.