Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
MODIFICATION

C -- A/E IDIQ Multiple Awards

Notice Date
2/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 308B;Martinsburg WV 25405
 
ZIP Code
25405
 
Solicitation Number
VA24511RP0068
 
Response Due
4/15/2011
 
Archive Date
6/14/2011
 
Point of Contact
Shari Kesecker
 
E-Mail Address
ct
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: Notice Type: Sources Sought Synopsis The Department of Veterans Affairs Medical Center (VAMC), 510 Butler Avenue, B308B, Martinsburg, WV 25405 is advertising for a Multiple Award, Indefinite Delivery - Indefinite Quantity, multi-discipline contract for Architect/Engineer (A/E) Services. This requirement is 100% Total Small Business Set-Aside. Any subsequent award will require firms to be registered in ORCA and CCR as a small business. Eligible Prime contractor firms must have a working office located within 120 miles of the VAMC Martinsburg, WV 25405. This distance is determined according to www.randmcnally.com. Services will be required for VAMC, Martinsburg, WV only. The selected A/E firm(s) shall provide professional A-E services for various VA projects as required. A/E(s) signing drawings must be licensed in the State of West Virginia. The following A/E disciplines are expected to be required during the course of the contract: architecture, structural, civil, mechanical, plumbing, landscaping, electrical, fire protection, industrial hygiene, interior design, surveyors, cost estimators, or other A/E services as defined by FAR Part 36.6 that may be necessary. Task orders may include, but are not limited to: 1) Schematic Phase: to include but not limited to making site investigations, collecting data, performing analyses, making presentations and conducting other fact finding studies as might be necessary to support the design of the project. This may include economic analysis and feasibility studies and developing scopes for programmed projects. Services may also include additional consultant services as necessary based on specific project scope. 2) Design Development: may include engineering calculations and analyses, complete design, and statements of probable cost. 3) Construction Documents: to provide complete detailed construction documents for final review that are of such quality and completeness that they can be competitively bid by contractors. 4) Bid Documents: to provide completed detailed, signed and stamped drawings, specifications and documents complete and ready for issuance to prospective contractors. 5) Construction Period Services: to include but not limited to answering Requests for Information, Inspections, as-built drawings, reviewing submittals and commissioning. The maximum cumulative A/E fees under any resultant contract(s) shall not exceed $6.5 million dollars, which is inclusive of a base year and four (4) one-year option periods which may be awarded at the sole discretion of the Government. Minimum for each task order is $50,000. Maximum fee for each task order shall not exceed $350 thousand dollars. The minimum guarantee for the entire contract term is $50,000 per awarded contract. The VA will provide a specific scope of work for each delivery order along with a request for the A/E to prepare a fee proposal. Fee proposals shall be based on pre-established unit prices for all disciplines. Unit prices for unique services not included in the original negotiation will be negotiated on a case by case basis with each task order. The award of the initial task order will satisfy the minimum guarantee for the entire contract term (including option years). Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services and 541330 Engineering Services. NAICS Codes 541310 and 541330 both have a Small Business size standard of $4.5 million. The A/E selection criteria shall include the following elements (1) through (8), listed in order of importance or merit. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF330. (1) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; (2) SPECIALIZED EXPERIENCE WITH HEALTHCARE RELATED DESIGNS, PATIENT CENTERED CARE CONCEPTS & EXPERIENCE, AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED. Provide a detailed a narrative of up to 10 (maximum) relevant projects completed within the last 5 years, that best illustrate overall team experience relevant to this contract scope. List projects that demonstrate the teams experience with projects of similar size and scope to those to be performed under this contract; (3) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. Discuss firms' ability to work with Government entities and design standards or similar relevant experience with other entities. Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms' performance issued on that contract. If know documentation exists, so state. Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired; (4) ORGANIZATION, MANAGEMENT AND QUALITY CONTROL. Discussion of the firms' organization and management process. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. In narrative form outline the firms' approach to design and project management. Document the firms' ability to handle projects with multiple end-users and complex requirements. Describe the teams' organization. Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team; (5) CAPACITY to accomplish the work in the required time. Submission requirements for the prime and each proposed consultant to be assigned to the team, list all current projects with a design fee of greater than $20,000 being designed in the firms' office. Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (6) LOCATION of the a/e must be within 120 miles, distance determined in accordance with randmcnally.com. in the general geographical area of the project and knowledge of the locality of the projects. Describe and illustrate the teams' knowledge of design approaches, construction materials, codes/ordinances costs and other conditions unique to the geographic area related to the contract for which the submittal is being made (7) COMPARISON OF A/E ESTIMATE TO FINAL CONSTRUCTION BID COST ON TEN (10) MOST RECENT PROJECTS. (8) KNOWLEDGE OF VA DESIGN STANDARDS, TECHNICAL MANUALS, AND SPECIFICATIONS. THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. The socio-economic set-aside associated with this advertisement is 100% Total Small Business Set Aside. Therefore, this acquisition is open to all firms meeting the qualifications of small business under the associated NAICS code as registered in ORCA and CCR. Prospective small business firms are reminded that in accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the small business concern. SF330 package shall address how it is anticipates the criteria will be met. Qualified A/E firms are required to submit THREE (3) hard copy's and ONE (1) via CD of their entire completed SF Form 330 packages; SF330 forms are available on-line at: http://www.gsa.gov/portal/forms/type/SF. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within their submitted SF330 package. All hard copy submissions must be bound in some manner. Submissions are limited to 75 pages, no photographs shall be submitted. Information shall be submitted no later than 2:00 local time on February 28, 2011. Telephone inquires will not be honored. No faxed or emailed forms/submissions will be accepted. Mailed submissions sent to: Department of Veterans Affairs Medical Center, Attn: Shari Kesecker, V5 Contracting, 510 Butler Ave, B308B, Martinsburg WV, 25405. Information can also be hand carried or submitted via commercial express service (NON US Postal mail) to VA VISN 5 Contracting, 510 Butler Avenue, Building 308B, ATTN: Shari Kesecker, Contracting Officer, 510 Butler Ave, Martinsburg WV, 25405. This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks A/E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short list" of three or more firms deemed most highly rated after initial source selection will be chosen for interviews. It is expected that task order contracts will be awarded to a minimum of three (3) firms deemed most highly qualified after interviews. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Award of any resultant contract is contingent upon the availability of funds. Contracting Office Address: Department of Veteran Affairs; VA Medical Center; 510 Butler Ave, B308B, Martinsburg, WV 25405 Point of Contact(s): Shari Kesecker, Contracting Officer Shari Kesecker, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC613/MaVAMC613/VA24511RP0068/listing.html)
 
Record
SN02374827-W 20110209/110207234541-06d98492f34cc90b3975be8917b1087d (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.