Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
DOCUMENT

C -- AE Design Services for Project 550-18-102: Replace B58-4 FCUs and Hot/Chilled Water Piping - Attachment

Notice Date
4/25/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25218R0918
 
Response Due
5/25/2018
 
Archive Date
8/23/2018
 
Point of Contact
Mark Graveline
 
E-Mail Address
raveline@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 4 REQUEST FOR SF330 1. 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 Project Number 550-18-102: Replace B58-4 FCUs and Hot/Chilled Water Piping at the VA Illiana Healthcare System, Danville, Illinois.   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. 2. MILEAGE RESTRICTION: in accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 200-mile radius, within the U.S., of the VA Illiana Healthcare System, Danville, Illinois.   which is located at 1900 East main Street, Danville, IL 61832. The 200-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, to the Danville VA campus. 3. DESCRIPTION: Provide professional architectural-engineering design period services for Project # 550-18-102, Replace B58-4 FCUs and Hot/Chilled Water Piping. The A-E shall complete the following in accordance with professional standard practices and VA standards to provide the following basic design and non-design services. The existing distribution piping and fan-control units are corroded, subject to failure, and need replacement. The A-E shall physically investigate and design for existing Building 58-4 hot-water heating and chilled-water distribution piping systems, perimeter vertical fan-coil units, and thermostatic controls. The A/E shall develop formal schematic design documents in accordance with minimum submission requirements specified in the applicable VA Program Guides. Designs are to be submitted at 35%, 65%, and 100%. Period of Performance: 147 Calendar Days Contract Type: Firm-Fixed-Price NAICS Code: 541330 Size Standard: $15 Million 4. 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. 5. 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. 6. 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. 7. 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. 8. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: 1) One (1) electronic pdf copy via eCMS Vendor Portal: https://www.vendorportal.ecms.va.gov 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) 115 South 84th Street Milwaukee, Wisconsin 53214 ATTN: Mark Graveline, Contracting Officer The SF330s are due on 25 May 2018 at 3:30 PM (CT). 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; (e) 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. 9. 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 mark.graveline@va.gov. 10. VA Primary Point of Contact: - Mark Graveline - Contracting Officer - Email: mark.graveline@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218R0918/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25218R0918 36C25218R0918.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4256767&FileName=36C25218R0918-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4256767&FileName=36C25218R0918-000.docx

 
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: VA Illiana Healthcare System;1900 East Main Street;Danville, Illinois
Zip Code: 61832
 
Record
SN04900175-W 20180427/180425230641-b06360cb8ca27116f633821bdf2fb7ce (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.