SOLICITATION NOTICE
C -- A/E MATOC FHCC, JB, Hines, Danville
- Notice Date
- 9/30/2016
- Notice Type
- Synopsis
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veteran Affairs;3001 Green Bay Road;Bldg 1, Rm 329;North Chicago, IL 60064
- ZIP Code
- 60064
- Solicitation Number
- VA69D16N1008
- Response Due
- 11/1/2016
- Archive Date
- 12/31/2016
- Point of Contact
- paul.seivert@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REQUEST FOR SF 330s This is a request for Standard Form 330, not a request for proposal. The Department of Veterans Affairs has a need to establish a new Multiple Award Task Order Contract (MATOC), consisting of several Indefinite Delivery Indefinite Quantity (IDIQ) contracts, for Architect-Engineer (A/E) services. The selected A/E firms shall provide professional services necessary for the design of various "in-house" and nonrecurring maintenance (NRM) construction projects at the Captain James A. Lovell Federal Health Care Center (FHCC), North Chicago, IL; the Jesse Brown VA Medical Center, Chicago, IL; the Edward Hines, Jr. VA Hospital, Hines, IL; and the VA Illiana Health Care System, Danville, IL that are architectural or engineering in nature. Projects may include components that fall under various disciplines (e.g. mechanical, electrical, plumbing, civil and structural, etc.). Services to include, but are not limited to: preparation of designs, space plans, construction documents, investigative studies, surveys, analyses, mapping, tests, evaluations, consultations, peer reviews, program management, value engineering, soils engineering, drawings review, preparation of operating and maintenance manuals, conceptual design, design programming, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports and construction period services The selected A/E firm will provide all required architect/engineer and related services required in accordance with issued task orders. The ordering period for services under this MATOC contract will be 5 years commencing on the date of contract award. The minimum amount of each task order will be $2,500.00 and maximum amount of each task order will be $1,000,000.00. The guaranteed minimum for each IDIQ will be $2,500.00. The maximum amount of each IDIQ will be $2,000,000.00. This request for SF 330s is a 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. Prospective firms are reminded that per VAAR 852.219-10 and by its submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract in the case of a contract for services, at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns. The following evaluation factors will be used to evaluate the qualifications of responding firms: 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 the evaluation board using the evaluation factors identified in this announcement. After SF 330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions/interviews conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF 330s and discussions/interviews, to select the most preferred firms considered to be the most highly qualified. Negotiations will then be conducted concurrently with the most preferred firms, to establish labor, escalation, overhead, and profit rates to be used throughout each IDIQ. Task Order Procedures As the need for services covered by the contract may arise, the Government will issue to all A/E firms participating in the MATOC, a Notice of Proposed Task Order with all necessary documentation or project requirements. In this Notice, the Government shall provide the A/E firms an opportunity to provide information to supplement the SF 330 on file under this MATOC as well as provide the evaluation criteria that will be used in selecting a firm for the proposed Task Order. A/E firms shall also have the opportunity to request to be removed from consideration for a proposed Task Order. Unless other circumstances arise, the response time for proposed Task Orders will be fourteen (14) calendar days. The Government shall then evaluate the SF 330s on file and all supplemental information received from the firms that have not requested to be removed from consideration. The Government will conduct discussions with at least the three (3) most qualified firms, or all firms in a situation where less than three (3) firms are eligible to be considered for the award of a Task Order. Task Order discussions shall be held in a manner that is inexpensive, informal, procedurally simple, and expeditious. Upon completion of the discussions the Government will evaluate the qualifications of the firms, taking into consideration the SF 330s, supplemental information, and discussions to select the most highly qualified firm for the proposed Task Order. Once the Government identifies the most highly qualified firm for the proposed Task Order, the Government will issue a Request for Proposal to identified firm. The A/E shall promptly submit a proposal which includes a detailed breakdown of the labor categories, and number of hours for each; along with an estimated performance period expressed in calendar days. This information shall be written on contractor's letterhead, and signed by the A/E Firm principal. Unless other circumstances arise, the firm will submit Task Order proposals within fourteen (14) calendar days. When agreement has been reached on services to be performed, the Government and Contractor shall negotiate the total labor hours, materials and other direct expenses necessary to complete the Task Order, along with the performance period (expressed in calendar days), measured from the issuance of the Notice to Proceed to the Completion Date. The final price will include the pre-negotiated labor rates, other direct expenses, overhead, General and Administrative (G&A), and profit. No work shall be performed on an individual Task Order until the Contracting Officer has signed the Task Order, returned a fully executed copy to the Contractor, and issued the Notice to Proceed. Deliverables A/E firms, which meet the requirements listed in this announcement, are invited to submit five (5) original hard copies and one (1) electronic copy (one CD media or email (if under 7 MB), no flash drives) of the completed Standard Form (SF) 330 no later than 3:00pm CDT, Tuesday, November 1, 2016. Packages are to be mailed to: Department of Veterans Affairs Captain James A. Lovell Federal Health Care Center Attn: Paul Seivert, Contracting Officer RFI: VA69D-16-N-1008 Building 1, Room 329 3001 Green Bay Road North Chicago, IL 60064-3048 Electronic copies are to be emailed to: ATTN: Paul M. Seivert RFI: VA69D-16-N-1008 paul.seivert@va.gov The NAICS code for this procurement is 541310 (Architectural Services); small business size standard is $7.5 million. No bid packages are available. Again, this is a Request for SF 330 to establish an A/E MATOC, which will consist of multiple IDIQ contracts awarded to multiple A/E firms. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-SEP-2016). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING 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/VAGLHS/VAGLHCS/VA69D16N1008/listing.html)
- Place of Performance
- Address: Multiple Locations;See Attached Statement of Work
- Zip Code: 60064
- Country: USA
- Zip Code: 60064
- Record
- SN05242736-F 20190309/190307230017 (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 |