Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

R -- Provide Project Development & Cost Validation (QA )

Notice Date
9/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs No. Texas Health Care System, = Contracting Office, (90C), 4500 S. Lancaster Road, Dallas, Texas 75216
 
ZIP Code
75216
 
Solicitation Number
549-85-02
 
Point of Contact
Contracting Officer - Barbara Giddens, Contract Specialist, (214) = 857-0597
 
E-Mail Address
Email your questions to Barbara Giddens
(barbara.giddens@med.va.gov)
 
Description
This is a combined synopsis for commercial items prepared in accordan= ce with the format under Federal Acquisition Regulation (FAR) Part 12, and 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the proposal and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect thorough Federal Acquisition Circular (FAC) 2001-01 and is issued for RFP 549-85-2. NAICS code is 541330, small business size standard is $4M. This is a regional HUBZone set-aside requirement and is restricted to the state of Florida. Type of contract will be Indefinite delivery/Indefinite Quantity (IDIQ) and calls for a base period of 1year from date of award plus 2 option years. General scope of work calls for the provision to provide project development and cost validation for ongoing and proposed heating, ventilation, and air conditioning (HVAC) projects at the following locations: 60th Medical Gp (MDG), Travis AFB, CA; 99TH MDG, Nellis AFB, NV; 81ST MDG, Keesler AFB, MS; AND 74TH MDG, Wright Patterson AFB, OH, as well as various other locations both CONUS and overseas indicated in the Statement of Work. QUALIFICATIONS: The offeror shall be a HUBZone eligible contractor with the required qualifications and capabilities to provide project development, cost estimating, and quality assurance of medical facility heating ventilation and air conditioning (HVAC), electrical, building envelope, and fire protection repair and construction contracts. To a secondary extent, the offeror shall also have the required qualifications and capabilities to provide systems analysis, site investigation, service and repair, and minor maintenance of electrical (including fire alarm and nurse call), medical gas, building envelope, and fire protection building systems. To ensure the proper level of quality, expertise, and experience in overseeing the services required by this contract, and particularly because of patient care liabilities derived from maintenance and repair of a medical facility=92s sophisticated building systems, the owner or principal of the contracted firm, who will have direct oversight and responsibility for all Contractor activities, shall be a registered engineer with at least 20 years experience in the construction industry, shall have at least ten years experience in medical facility design and construction work, shall have at least 10 years supervisory experience in federal government contract project work, and shall be able to conclusively demonstrate these qualifications. Offeror Evaluation Factors: In determining prospective awardees under this contract, the Government will consider the following evaluation factors). Offerors should address each of the following in their respective proposals. A. Years qualified as a HUBZone Contractor. B. Years of experience in the construction industry. C. Years of experience in medical facility design and construction work as it pertains to this contract's scope of work. D. Years of supervisory experience in federal government project work. E. Healthcare related code, criteria, and standards expertise including Joint Commission on Accreditation of Healthcare Organizations, National Fire Protection Association, and Military Handbook 1191 Design and Construction of Medical Military Construction Program Facilities. F. Healthcare related project and survey experience especially in Veterans Administration and US military medical facilities. G. Worldwide capability to execute the work as specified under this contract. H. Owner or principal's professional engineering credentials. I. In-house capabilities and/or sub-contracting/joint venture plan for providing project development, cost estimating, and quality assurance services for electrical, HVAC, fire protection, and building envelope projects, and for providing quality assurance services for medical facility operations, maintenance, and repair contracts. J. In-house capabilities and/or sub-contracting/joint venture plan for providing survey, and minor repair and maintenance of electrical, fire alarm, nurse call, medical gas, fire protection, and building envelope systems. K. Quality and cost control policy, plans, and/or procedures. L. Capability to execute simultaneous project work at several different locations. M. Qualifications of key personnel in the following areas: electrical, fire alarm, nurse call, fire protection, medical gas, building envelope, and HVAC. N. Price. Award will be made with or without discussion and will be based on price and the factors indicated above. Award will be made to the offeror proposing the combination =93most advantageous=94 to the Government based upon an assessment of the evaluation factors listed below. The evaluation factors are listed below in descending order of importance as follows: Price will not be scored but will be evaluated for cost realism. Overall Ratings: EXCELLENT: To be rated excellent, the offeror must have submitted documents above the required technical requirements with outstanding experience and past performance, and is responsive to the solicitation. GOOD: To be rated good, the offeror=92s proposal is technically acceptable and meets the technical requirements of the solicitation with above satisfactory experience and past performance and is responsive to the solicitation. SATISFACTORY: To be rated satisfactory, the offeror=92s proposal is technically acceptable and meets the minimum technical requirements of the solicitation with satisfactory experience and past performance and is responsive to the solicitation. MARGINAL: To be rated marginal, the offeror=92s proposal lacks the minimum technical requirements of the solicitation poor experience and past. Basis for Award: This is a best value source selection under which the Government will select the best overall offer, based upon an evaluation of the criteria listed above. The Government desires to award without discussions. However, if the Contracting Officer determines that discussions are required, the Contracting Officer shall establish a competitive range comprised of all the highly rated offers. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation factors, and the Source Selection Authority (SSA) reasonably determines that the technical superiority and/or overall business approach and/or superior past performance of the higher price offeror outweighs the cost difference. Offerors excluded or otherwise eliminated from the competitive range may request a debriefing. Award will be made to the offeror whose offer represents the best value to the Government, cost and other factors considered. Requests for copies of the Statement of Work can be directed to the Contracting Officer.=20 The following clauses and provisions shall apply to this solicitation: FAR 52.212-1 Instructions to Offerors- Commercial Items, 52.212-2 Evaluation of Commercial Items, 52.212-3 Representations and Certifications- Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, and addenda, 28.307-2 Liability, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-22 Small Disadvantaged Business Status, 52.228-5 Insurance-Work on a Government Installation, 52.233-2 Service of Protest, VAAR 852.270-4 Commercial Advertising, 852.233-70 Protest Content , and 852.233-71 Alternate Protest Content. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available or can be accessed electronically at the following URL: http://www.arnet.gov/far. Interested parties who are able to provide the requested services are encouraged to submit offers along with completed 52.212-3, =93Representations and Certifications=94, and must be received on or before 2:30 PM =96 Dallas, TX local time =96 on 09/17/02. Offerors must reference the solicitation number and be sent to the attention of the Contracting Officer. Questions concerning this acquisition may be directed to Barbara Giddens at (214) 857-0597, or by e-mail: Barbara.Giddens@med.va.gov. Note 27 applies.
 
Web Link
RFP 549-85-02
(http://www.bos.oamm.va.gov/solicitation?number=3D549-85-02)
 
Record
SN00158439-W 20020907/020905213425 (fbodaily.com)
 
Source
FedBizOpps.gov 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.