Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2018 FBO #6232
SOLICITATION NOTICE

C -- A/E IDIQ MATOC | EDA: 4/1/2019 | Current Milestone: Pre-solicitation | Status: Sent formal Acq-Plan to all of the Engineers in Facilities for review and feedback. Source Selection Plan and Source Selection materials completed and

Notice Date
12/14/2018
 
Notice Type
Synopsis
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4
 
ZIP Code
17019
 
Solicitation Number
36C24419R0017
 
Archive Date
12/29/2018
 
Point of Contact
717-242-6621
 
Small Business Set-Aside
N/A
 
Description
FedBizOpps Presolicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Presolicitation Notice Rev. March 2010 C Architect Engineer Firms for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) Design Contract 16602 36C24419R0017 90 N 14 541310 Department of Veterans Affairs Network Contracting Office 4 James E. Van Zandt VA Medical Center Altoona, PA 16602-4377 Mark Ryan Andrews 1700 S Lincoln Ave Lebanon, PA 17019 717-228-7716 Mark.andrews3@va.gov Department of Veterans Affairs Network Contracting Office 4 James E. Van Zandt VA Medical Center 2907 Pleasant Valley Blvd. Altoona, PA 16602-4377 USA www.va.gov The Department of Veterans Affairs Mark.andrews3@va.gov Mark Ryan Andrews | Contract Specialist Page 4 of 4 Architect Engineer Firms for a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) Design Contract This announcement is for the selection of a minimum of three (3) Architect Engineer Firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design Contract for the Department of Veterans Affairs, James E. Van Zandt VA Medical Center located in Altoona, Pennsylvania. Task Orders for this contract will normally be issued out of the James E. Van Zandt VA Medical Center Contracting Office, Building 2, Altoona, Pennsylvania. Projects will be primarily for the James E. Van Zandt VA Medical Center. Task Orders may also be issued for any new Department of Veterans Affairs requirements that may develop throughout the life of the contract in the State of Pennsylvania in support of the James E. Van Zandt VA Medical Center. The IDIQ design contract may be used for a wide range of design services. Primarily the contracts will be used to design new commercial/industrial type facilities and to design renovations of existing facilities. The resultant contracts shall be established for five (5) years. A single delivery order will not exceed $650,000. Total value of all delivery orders under a single contract will not exceed $1.5 Million per year. Total value of the contract shall not exceed $7,500,000. Please note this is not a request for proposal. Eligible responses received will be evaluated and the most highly qualified will be compiled on a shortlist of candidates who will be contacted for an interview. The following evaluation criteria, listed in descending order of importance, shall be used to evaluate firms and determine the most highly qualified firm for possible contract award. 1. Professional Qualifications necessary for satisfactory performance of required services: This factor evaluates the individual experience and related qualifications of the persons that are to be assigned to the design team. The firms should provide information on two or three individuals from each design discipline that are anticipated to be assigned to key positions on the design team and indicate their professional qualifications. The key positions should include Project Mangers, Quality Assurance Manager, Architects, Structural Engineers, Electrical Engineers, Mechanical Engineers, Civil Engineers, Fire Protection Engineers, Environmental Engineers and Interior Designers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2. Specialized Experience and Technical Competence in the type of work required: 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. 3. 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: This factor shall be evaluated based on the information provided by the A-E on similar type projects, performance appraisals on file with CPARS/PIPRS and the Department of Veterans Affairs, and contact with personnel listed in the SF 330 regarding past performance as well board members personal knowledge of the firm. Projects submitted or utilized for past performance will be evaluated for currency (within seven years of this announcement) and reviewed for Relevancy. Project will either be rated as relevant or not relevant. 4. Capacity to Accomplish the Work in the Required Time: This factor evaluates the ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the projects in the required time as well as the firm s ability to handle multiple projects at once. 5. Location in General Geographical Area of the Project and Knowledge of the Locality of the Project: This factor evaluates how quickly an A/E firm can respond to the James E. Van Zandt VAMC. The personnel identified as the key design team staff are expected to work in the design office identified for evaluation of this factor. 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. Offerors to include letter with submission indicating the number of claims filed for errors and omissions within the previous three (3) years prior to the due date of the Standard Form 330 s. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) code for this work is 541310. The small business standard is $7.5 million dollars. Service Disabled Veteran Owned Small Businesses must be registered and verified in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company registration. Additionally, any potential awardees must also be registered in the System For Award Management (SAM). Registration can be accomplished by visiting www.sam.gov. To be considered for this contract Firms shall submit three (3) hard copies of their Standard Form 330 (Parts I & II) and a CD copy of their Standard Form 330 (Parts I & II) to the James E. Van Zandt VA Medical Center Attention: Facilities, Building 2, Room 135, Andrew Walbeck, 2907 Pleasant Valley Blvd Altoona, Pennsylvania 16602-4377. Firms shall also submit a CD copy of their Standard Form 330 (Parts I & II) Lebanon VA Medical Center Attention: Mark Ryan Andrews, Contracting Building 99, 1700 S. Lincoln Avenue Lebanon, PA 17042. Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of mark.andrews3@va.gov. Standard Form 330's must be received no later than 2:00 PM on January 18, 2019. Inquiries regarding this announcement can be sent to Mark Ryan Andrews via E-Mail mark.andrews3@va.gov. Submissions by Electronic means are not permitted. Additionally, the submissions must include an insert detailing the following information placed at the front of the Submission. Duns & Bradstreet Number Tax ID Number The E-mail address of the Primary Point of Contact. A printed copy of the firms VetBiz Registry. A copy of the letter from the Center for Veterans Enterprise (CVE) verifying the firm s status as an SDVOSB. A copy of Errors and Omissions Insurance Policy for the SDVOSB Prime. A copy of the firm s Pennsylvania State Licensure for the SDVOSB Prime or a statement indicating how the provided drawings will be sealed by a PA licensed Engineer. A statement indicating what office the A/E will utilize as its primary design office. Special Note: An A/E Firm failing to provide any of the documentation detailed in the Sources Sought Notice may be determined as Non-Responsive and may not be considered. End of Document NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419R0017/listing.html)
 
Record
SN05174924-F 20181216/181214230011 (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  © 1994-2020, Loren Data Corp.