Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOURCES SOUGHT

C -- FY2010 A/E IDIQ VA Sioxu Falls, SD

Notice Date
2/24/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA-263-10-RP-0082
 
Response Due
3/24/2010
 
Archive Date
5/23/2010
 
Point of Contact
Crystal DobbinsContracting Officer
 
E-Mail Address
Contract Specialist
(crystal.dobbins@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-263-10-RP-0082Notice Type: Pre-solicitation Synopsis: This announcement serves as a Request for Qualifications (SF-330) for a multiple award, Indefinite Delivery / Indefinite Quantity (ID/IQ), Multiple disciplines Architect/Engineer services contract. In accordance with the Brooks Act the government anticipates awarding two IDIQ type contracts with task orders not exceeding $50,000.00 to Emerging Small Businesses; and two IDIQ type contracts for task orders over $50,000.00 that will be awarded on an unrestricted basis. In accordance with FAR 16.5, firm-fixed price task orders will be issued for work at the VA Medical Center 2501 W 22nd Street, Sioux Falls, SD 57105. Contracts will be awarded for the remainder of FY-10. Four one-year option periods will be included in the contract awards. Work under any contract is subject to satisfactory negotiation of individual task orders. The price of any single task order shall be the following amounts for each awarded IDIQ contract: IDIQ for task orders equal or less than $50,000.00 - Single task order shall at least be $2,500 but shall not exceed $50,000. IDIQ for task orders greater than $50,000.00 - Single task order shall at least be $50,000.00 but shall not exceed $500,000.00 The awarded contracts shall have a guaranteed contract minimum of $2,500 per year, if options are exercised and will be limited to a maximum contract amount of $2,000,000.00 per contract over a five year period. The applicable NAICS code is 541310/541330 with a size standard of $4.5 million. SCOPE OF SERVICE: Provide A/E services as required by the VA to include, but not limited to: investigations, studies and assessments leading to project plans, specifications and design analysis; cost estimates including economic justification for selected systems; preparation of projects for solicitation of repair/renovation or new construction projects; and construction surveillance. Typical work may include survey and evaluation of functional/code deficiencies in medical facilities, and repair, renovation, and/or new construction additions to existing medical facility spaces. Services may include facility and infrastructure long and short term planning. Project submissions will be required at conceptual, 50%, 95% (pre-final), and 100% phases. The work may require healthcare architectural, structural, interior design, mechanical, medical gas, electrical, communication, fire protection, life safety, and other evaluation/design skills; and upgrading of facilities, systems and spaces to meet current life safety code (LSC) and VA standards. Work may also include construction phase services including material submittal review, completion of permits and certificates, arrangement for sampling or certifications, supervision, and inspection. Project designs and studies will incorporate computer-aided drafting (Auto CADD 2009) and Microsoft Office formats. This procurement will be evaluated using Brooks Act procedures. The government contemplates the award of four possible Indefinite Delivery/Indefinite Quantity (ID/IQ), A&E services contracts, that will utilize firm-fixed price task orders. The Government reserves the right to exercise any option periods. Prior to award, firms shall be registered in the Central Contractor Registry (CCR). Visit www.ccr.gov to register. Prior to award, firms shall complete the On-line Representations and Certifications at www.orca.gov. Work under each of the awarded contracts will be subject to satisfactory negotiation of individual task orders. Task orders will be negotiated as firm-fixed price procurements for the A&E services. Responses should include proposed sub-consultants for all disciplines for engineering planning, surveying, civil, environmental, geotechnical, mechanical, and electrical. Response should also include the qualifications of personnel, sub-consultants and descriptions of facilities, materials, equipment, and services to perform the type of tasks described by this notice. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement. Clearly indicate in the response how the firm meets the below preselection criteria: (1) Have an office located within South Dakota. (2) Have a minimum of two architects/engineers as key personnel for this contract (i.e. Principal Architect/Engineer and Project Engineer). The Principal Architect/Engineer must be a Registered Professional in the state of South Dakota with a minimum of five years experience in healthcare facilities engineering and planning, engineering surveys, engineering designs, and construction services for healthcare facilities. (3) Have a dedicated Project Manager who will be the primary contact for each task order with a minimum of five years experience in managing projects that address healthcare design issues as described above. (4) Have a minimum of one mechanical engineer, one civil engineer, one electrical engineer, and one architect experienced in VA requirements and FGI Guidelines in healthcare settings. These individuals may be on staff or available as a sub-consultant. (5) Have a minimum of one draftsperson as key personnel for this contract, with a minimum of five years of CADD experience. (6) Have a minimum of one South Dakota Registered Land Surveyor on staff or as a sub-consultant. (7) Have a minimum of one civil technician on staff or as a sub-consultant available for soils/concrete testing and certification. SELECTION FACTORS: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection factors: (1) Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing engineering and architectural services of the types of projects described; specialized education at the university level, and all other applicable education, training, and certifications. Consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements in all phases of architectural and engineering planning, engineering surveys, legal surveys, engineering design and construction services for application of healthcare architectural and engineering practices in South Dakota. Evaluation will include experience using applicable computer software for simple and complex healthcare ventilation practices and energy conservation practices, designing medical facilities, and previous experience in engineering planning, engineering survey, legal surveys, engineering design, and construction services Evaluation will include experience and technical competence in the areas of soil mechanics, surveying, structural design, CADD, air control and ventilation management. Evaluation will include previous experience with VA standards and specifications as outlined in VA Office of Construction and Facilities Management descriptions and equivalent standards and specifications, and previous experience in construction services including construction layout, construction inspection, construction checkout and certification of completion of equivalent conservation practices. Examples of work shall be documented for review, as well as a description of the type of work performed. These work descriptions will be evaluated based on documented complexity of work performed. (2) Professional qualification necessary for satisfactory performance. Evaluation will be based upon the number of qualified personnel and their knowledge and level of experience associated with the requirements above, and their availability to perform work on this contract. Include an organization chart, and qualifications of key personnel. (3) Capacity to accomplish the work. Evaluation will be based upon the number of personnel available in the disciplines described above, the quantity of existing work under contract, the schedules for completion of the existing work, the capacity to provide personnel for multiple contracts, adherence to timelines for deliverables, the ability to meet unusual time constraints, and methods of project management. (4) Past performance on contracts with government agencies and private industry. (1) Past record of performance on AE design projects with estimated construction costs ranging from $100,000 to $10,000,000. 2) Provide examples of demonstrated compliance in cost control through consistent use of the most cost-effective designs to meet project requirements; (3) Provide examples of quality of work with other Government agencies and private sector clients as demonstrated by a history of minimal change orders during both design and construction, and through long term relationships and repeat business with customers; (4) Provide examples demonstrating effective internal quality control procedures ensuring technical accuracy and coordination of disciplines; (5) Show how the firm has responded to urgent requirements based on a national emergency or other urgent situation. Evaluation will be based upon the firm's past experience with VA, or other government agencies, and the private sector in performing the requirements described considering the quality and timeliness of performance under previous contracts. References listing names, e-mail, physical address and telephone numbers must be provided. Firms are to specifically address how well they previously worked with Contracting Officers and Contracting Officer's Technical Representatives. (5) Knowledge of the locality of project's location. Evaluation will be based upon the firm's proximity to the Sioux Falls VA and the knowledge of specific natural resource concerns or conditions and regulations that affect VA healthcare in Sioux Falls, SD. Firms must clearly indicate the office location(s) where the work will be performed. The above evaluation factors, listed in their order of importance, are: Factor (1) Specialized Experience Factor (2) Professional Qualifications Factor (3) Capacity for Workload Factor (4) Past Performance Factor (5) Locality SUBMITTAL REQUIREMENTS: Firms that meet the requirements described in this announcement are invited to submit 3 copies of a Standard Form 330 (SF-330), Architect-Engineer Qualifications and applicable selection factor's documentation. Interested firms must submit their SF-330's and relevant documentation no later than March 24, 2010, 4:00 p.m. Central Time, to the attention of the Contracting Officer. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Only those firms responding by the time listed above will be considered for selection. After an initial evaluation, which takes approximately 30 days, the most highly rated firms will be selected. Interviews for the purpose of discussing prospective firm's qualifications may be conducted either in person or by teleconference. Selected firms will then be sent a solicitation to provide their proposals. This is not a Request for Proposals. Any questions should be addressed to the Contracting Officer, Crystal Dobbins, 2501 W 22nd Street, Sioux Falls, SD 57105. Telephone: 605-333-6819, Fax: 605-333-6829, Email: Crystal.Dobbins@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA-263-10-RP-0082/listing.html)
 
Place of Performance
Address: VA Medical Center;2501 W 22nd Street;Sioux Falls, SD 57105
Zip Code: 57105
 
Record
SN02074199-W 20100226/100224235529-6212f64dc566c331e901c861f07f2d1f (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.