Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2021 SAM #7328
SOURCES SOUGHT

C -- AMENDMENT TO EXTEND TIME FOR RFI FOR SF 330s UNTIL JANUARY 14, 2022

Notice Date
12/22/2021 7:33:36 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25222Q0122
 
Response Due
1/14/2022 2:00:00 PM
 
Archive Date
04/14/2022
 
Point of Contact
Amy Burger, Contract Specialist, Phone: 414-844-4800
 
E-Mail Address
amy.burger@va.gov
(amy.burger@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
REQUEST FOR SF 330 A/E IDIQ at the Tomah VA Medical Center 500 E. Veterans Street, Tomah, WI 54660 36C25222Q0122 INTRODUCTION: THIS IS A TOTAL 100% SERVICE DISABLED VETERAN OWNED (SDVOSB) SET-ASIDE. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for a single award Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract at the Tomah VA Medical Center, Tomah, WI. The design services are for various nonrecurring maintenance (NRM), SCIP (Strategic Capital Investment Planning) and station level construction projects that are primarily architectural and engineering (A/E) in nature, although projects may also include components that fall under additional disciplines (e.g.; mechanical, plumbing and electrical) for the preparation of designs, plans, specifications, cost estimates and miscellaneous reports. 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 Tomah VA Medical Center, Tomah, WI. 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 36.606. 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. MILEAGE RESTRICTION: This procurement is restricted to Service Disabled Veteran Owned Small Businesses (SDVOSB s) located within a 350-mile radius, within the U.S., of Tomah VA Medical Center, 500 East Veterans Street, Tomah, WI. The 350-mile radius 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. Period of Performance: Five-Year Ordering Period Contract Type: Firm-Fixed-Price IDIQ Estimated Magnitude of Construction: Individual task orders will be established for a minimum of $5,000 and a maximum of $1,250,000.00. Contract Ceiling: $6,000,000.00 NAICS Code: 541310 - Architectural Services Size Standard: $8.0 Million SAM: in accordance with FAR 19.301-1, 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 Small Business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database 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 descending order of importance, in accordance with FAR 36.602-1: (a) Professional qualifications necessary for satisfactory performance of required services; (b) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; (c) 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; (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 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. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows: Two (2) electronic pdf copies: emailed amy.burger@va.gov: a. See attachments for procedures; b. Size limitation is 20MB; The SF330s are due on January 14, 2022 at 4:00 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 may 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 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 amy.burger@va.gov. VA Primary Point of Contact: Amy Burger, NCO 12 Contracting Officer, Amy.Burger@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28d97009124544e3a16052b95fc53ab6/view)
 
Place of Performance
Address: Tomah VA Medical Center 500 E. Veterans Street, Tomah 54660
Zip Code: 54660
 
Record
SN06204076-F 20211224/211222230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.