Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2008 FBO #2510
SOLICITATION NOTICE

C -- A/E Services IDIQ

Notice Date
10/8/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VA Capitol Network Acquisition Center, Department of Veterans Affairs Capitol Network Acquisition Center, Department of Veterans Affairs;VAMC(688);50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
VA-245-09-RI-0007
 
Response Due
10/29/2008
 
Archive Date
12/28/2008
 
Point of Contact
Dorrence A CarringtonContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
A-E Services are required for the Veteran Affairs Medical Center, Washington DC (VAMC, DC) and Department of Veterans Affair, Baltimore, MD (DVA, MD) for an Indefinite Delivery Contract Primarily for Cost Estimates of Hospital Projects. The North American Industry Classification System Code (NAICS) is 541310 that apply to this procurement.Up to two selections will be made for each announcement. Each selection will be awarded a 3 year/$3,500,000 Indefinite Delivery Contract. This announcement is open to all businesses regardless of size. One of the two contracts awarded may be set aside for a qualified small business Service Disabled Veteran prime cost engineering firm. The proposed services; which, will be obtained by a negotiated Firm Fixed Price Contract, are for cost estimate support of VAMC, DC Hospital and DVA, MD Anticipated projects are primarily for CONUS projects and will be awarded by individual task orders with the maximum cumulative contract value being $3,500,000. The estimated cost per task order is approximately between $5,000 and $500,000. The contract period is cumulative and ends three years from date of award. SUBCONTRACTING PLAN REQUIREMENTS: Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have complied on past projects with the subcontracting requirements for that respective contract. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award o f the contract. The current subcontracting goals are 28.7% to Small Businesses, 5% to Woman Owned Small Business, 5 % to Small Disadvantaged Business, 3% to Service Disabled Veteran Owned Small Business, and 3% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the firm's quality control procedures, as the VAMC, DC and DVA, MD may perform a Quality Assurance role only. Estimated start date is November 2008. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide certifications and representations at http://orca.bpn.gov. In Block B.5 of the SF 330, Part II, provide the DUNS number for the prime firm or Joint Venture. The DUNS number must be for the firm/branch office performing the work. For assignment of DUNS numbers, contact Dun & Bradstreet at 1-877-705-5711, or via the internet at http://www.dnb.com. The DUNS requirements replace the previous ACASS system and procedures. The selected firm may be required to attend a partnering workshop to define the Government's expectations, create a positive working atmosphere, encourage open communication, and identify common goals. 2. PROJECT SPECIFIC INFORMATION: Whereas this announcement is for cost engineering services, the prime shall be a cost engineering firm that identifies a project manager and at least four additional cost engineers employed by the firm on a full time basis. The prime may team with other cost engineering firms either through a joint venture or a prime and consultant arrangement for additional cost engineers and other required disciplines. Projects may consist of providing detailed cost estimates and/or analysis, quantity takeoff, market surveys, obtaining vendor quotes, crew resourcing, productivity, schedule analyses and other cost related information from qualified professional staff for horizontal and vertical VAMC,DC and DVA,MD projects. The expected services will focus primarily on hospital projects including dormitories, headquarters, offices, dining facilities, general instructional facilities, Affairs facilities, and other supporting structures for VAMC, DC and DVA, MD. Projects may also consist of cost estimates and related cost information environmental restoration. The expected cost related services shall consist of estimate Preparation and/or reviews of estimates which integrate cost, schedule, and resource allocations, from initial programming phases through actual construction phase. Estimates must address complex variables including local trades, local labor rates, productivity of local labor pool, access to construction sites, and local availability of manpower and materials and shall not rely solely on historical data or "rules of thumb". The cost engineering prime may team with consultants as deemed appropriate by the prime to provide the required cost engineering services. However, under these awarded contracts, the task orders will not include any design or master planning services. Those services will be obtained through other available contracts. 3: SELECTION CRITERIA: The specific selection criteria in descending order of importance are as follows and must be documented with resumes in the SF 330: a)Specialized Experience and technical competence in the expected activities identified above to include experience in cost estimating, and scheduling methods on projects including design /build projects; construction cost estimating using MII (M-CACES second generation), PC-Cost estimates, PACES, DD Form1391 preparation, Building Life Cycle Cost Analysis, projects requiring market surveys, projects utilizing SPiRiT and/or LEED evaluation and anti-terrorism and force protection measures and on-site construction support consisting construction modification cost and schedule support, and recovery/claims schedule and cost support. b) In addition, the following must be addressed in paragraph H of the SF330; a brief Quality Management Plan including an explanation of the firm's management approach; team organization, management of subcontractors (if applicable); quality control procedures (for cost estimates and schedule analyses); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). The evaluation will also consider prior relationships of the prime firm and any of their consultants on similar projects. Clearly indicate the primary office where the work will be done and the staffing at this office. c)Professional Qualifications: A minimum of five years experience as a cost estimator with a minimum of 1 year experience at the current firm. Resumes of individuals should reflect experience in the use of MCACES, MII (M-CACES second generation), PC-Cost, PACES, DD Form1391 preparation and types of projects for which utilized. d)Capacity to complete the work in the required time with the understanding that this contract may require multiple teams to work individual task orders at various locations simultaneously. A minimum of two cost engineering teams shall be identified. e)Past performance on DoD and other contracts including success in providing cost estimates which were within 10% of actual contract cost, providing quality work, and compliance with task order or contract performance schedules; f)In the context of cost, scheduling, and resource analyses, knowledge of and ability to apply specific variables such as local trades, local labor rates, and productivity of local labor pool, local building codes, geological features, environmental and climatic conditions for VAMC, DC and DVA, MD projects under the jurisdiction of VAMC, DC and DVA, MD Boundaries. g) Extent of participation of SB, SDB, SBSDV, SDV, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Solicitation packages are not available for AE contracts. This is not a Request for Proposal. Interested firms having the capabilities to perform this work must submit two paper copies of the SF 330, Part I, and, Part II. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Resumes in Section E and Example Projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members within the last five years. In Section G.26, include the firm each of the key personnel is associated with. Responding firms must submit a current and accurate SF330, Part II, for each proposed consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF330, Part I. Please identify the DUNS number of the office performing the work in Block B.5 of the SF330, Part I. DUNS numbers may be obtained by contacting Dun & Bradstreet at -877-705-5711, or via the internet at http:/ /www.dnb.com. The DUNS requirements replace the previous ACASS system and procedures. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part IIs) and Block H will be 15 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of the selection. All responses on SF330 to this announcement must be received no later than 2:00 p.m. local time on 10/24/08. The SF330 shall have a page limit of 125 pages. For Washington, DC submit responses to Veteran Affairs Medical Center, Attn: Dorrence Carrington, 50 Irving Street, NW, Washington, DC 20422. For Baltimore, MD submit to responses to Department of Veterans Affairs, Attn: Natalie Burgess, 10 North Greene Street, Baltimore, MD 21201. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. (Questions for Washington, DC may be directed to Odeal Scott-Bedford, Chief, Facilities Management Service 202-745-8221) (Questions for Baltimore, MD may be directed to Ed Litvin, Chief, Engineering Service 410-605-6021) THIS IS AN UNRESTRICTED PROCUREMENT. NAICS CODE 541310; 18,500.000 applies to this procurement. Please note: Online Representations and Certifications Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Email your questions to Odeal.Scott-Bedford@va.gov Place of Performance Address: Veteran Affairs Medical Center 50 Irving Street NW Washington, DC 20422 Email your questions to Ed.Litvin@va.gov Place of Performance Address: Department of Veterans Affairs 10 North Greene Street Baltimore, MD 21201
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7daad7fe277c84554a37b5bdee06536e&tab=core&_cview=1)
 
Record
SN01689667-W 20081010/081008214740-7daad7fe277c84554a37b5bdee06536e (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.