Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOURCES SOUGHT

C -- IDIQ A/E MECHANICAL AND ELECTRICAL SEVICES

Notice Date
6/16/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs, VA Caribbean Health Care System, Department of Veterans Affairs Caribbean Health Care System, Department of Veterans Affairs;P&C Business Office;Tres Rios Bldg;27 Gonzalez Giusti Ave, Suite 600;Guaynabo PR 00968
 
ZIP Code
00968
 
Solicitation Number
VA-248-08-RP-0294
 
Response Due
7/13/2008
 
Archive Date
9/11/2008
 
Point of Contact
Ana AlvaradoContract Specialist
 
Small Business Set-Aside
Total HBCU
 
Description
The VA Caribbean Healthcare System (VACHS), San Juan, Puerto Rico, requires an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide professional Mechanical and Electrical (M/E) engineering and design services on an as-needed basis from Architect/Engineering firms located in the Commonwealth of Puerto Rico geographic area ONLY. Although the IDIQ A/E services is intended for projects that are primarily mechanical and electrical in nature, projects may involve other A/E services that related to Mechanical and Electrical projects. Task orders will be primary for renovation and refurbishment of existing mechanical and electrical systems may include new mechanical and electrical construction. Services will be required for an undetermined number of projects of varying size and complexity. Individual Task Orders will be issued against the contract and requirements will be defined by separate scope of work for each request. The applicable NAICS code for this procurement is 541330. Most highly qualified A/E firms located in the Commonwealth of Puerto Rico geographic area are invited to submit their qualifications using SF330. In order to be eligible for an award, firms are required to register at the Central Contractor Registration (CCR) website located at http://www.ccr.gov and to have completed the electronic Online Representations and Certifications Application (ORCA) at http://prca.bpn.gov. For any one project, a Task Order will be issued not to exceed $500,000.00 and the total cumulative contract amount for task orders shall not exceed $2.5M per contract for the entire period of performance noted herein, including renewal options (if exercised). The minimum guarantee over the life of this contract is $51,001.00. Contract duration will be for one (1) base year plus four (4) options years from the date of the initial contract award. The total amount that may be paid under this contract (including all option years) is $2.5M. VACHS reserves the right to award multiple contracts. Award of individual task orders issued by the VACHS will be dependent upon the need and the estimated dollar value of the design. The following EVALUATION CRITERIA will be used during the A/E Selection Process: The A/E selection criteria are listed in order of importance or merit: (1) PREVIOUS EXPERIENCE OF PROPOSED TEAM: (a) Project Experience; (2) TEAM PROPOSAL FOR THIS IDIQ A/E Mechanical and Electrical services - BACKGROUND OF THE PERSONNEL (a) Project Manager; (b) Other key personnel; (c) Consultants. (3) PROPOSED DESIGN APPROACH FOR THIS PROJECT: (a) Proposed design philosophy; (b) Anticipated problems (Phasing) and potential solutions (4) EXPERIENCE & CAPABILITIES: (a) Specialized experience and technical competence on Mechanical and Electrical A/E services; (b) CAD & Other Computer Applications; (c) Value Engineering & life Cycle Cost Analysis; (d) Environmental & historic preservation considerations; (e) Energy Conservation & new energy resources; (f) CPM & Fast Track Construction (5) PROPOSED MANAGEMENT PLAN - TEAM ORGANIZATION (a) Design phase; (b) Construction phase. (6) PROJECT CONTROL: (a) Techniques planned to control the schedule and costs; (b) Personnel responsible for schedule and cost control. (7) ESTIMATING EFFECTIVENESS: (a) Ten most recently bid projects. (8) AWARDS AND & PAST PERFORMANCE (a) Awards received for design excellence and/or letters of commendation; (b) past performance on contracts with government agencies (emphasis on VA work) (9) INSURANCE AND LITIGATION: (a) Type and amount of liability insurance carried; (b) Litigation involvement over the last five years & its outcome. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide all the requested data, accessible points of contact, or valid phone numbers could result in lower evaluation scores. SF Form 330 is available on-line at: http://vaww.va.gov/facmgt/ae. Interested A-E Firms meeting the requirements of this announcement are invited to submit four (4) completed SF 330's and supplemental information as necessary to better demonstrate their capabilities. Firms should consider the services required and evaluation criteria stated herein when determining what supplemental information to submit, to facilitate the selection process. Pease submit one (1) original and three (3) copy of the SF-330 and any supporting documentation to: Tres Rios Building, 27 Ave. Gonzalez Giusti, Suite 600, Guaynabo, Puerto Rico 00968; Attn: Ana Alvarado, by 3:00pm local time on July 13, 2008. No Faxed or emailed SF 330's will be considered. All submissions must be bound in some manner (spiral, binder, etc). Late responses will be handled in accordance with FAR Subpart 15.208. Interviews of selected firms will be conducted at San Juan, VACHS. The Government will not pay nor reimburse any costs associated with responding to this synopsis request. Award is subject to the availability of appropriated funds. The Government is not obligated to request any additional information from an AE firm who does not provide sufficiently detailed information. This is not a request for proposal. No additional information is available other than what is noted herein. Firms are responsible for monitoring the announcement to ensure that they have most up to date information about this acquisition.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=12a66efaa125b4d76740ac0eccd87edb&tab=core&_cview=1)
 
Record
SN01593878-W 20080618/080616215154-12a66efaa125b4d76740ac0eccd87edb (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.