Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
DOCUMENT

C -- Traffic Flow - AE Design - Attachment

Notice Date
3/28/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Erie VAMC;Acquisitions (Bldg 9 03C);135 E 38th St;Erie PA 16504-1559
 
ZIP Code
16504-1559
 
Solicitation Number
VA24412R0321
 
Response Due
4/30/2012
 
Archive Date
7/29/2012
 
Point of Contact
donald.kalivoda@va.gov
 
E-Mail Address
Contract Specialist
(donald.kalivoda@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Notice is issued to modify the original synopsis posting of Feb 17, 2012. Due to inadequate number of SF 330 submittals received, this solicitation has been modified as a 100% set-aside for Small Business Architect-Engineering Firms. This is a Request for SF 330 for Architect-Engineering Service to perform design services for Project 562-12-107, Improve Traffic Flow and Access at the Erie VA Medical Center, 135 East 38th Street, Erie, Pennsylvania. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE Act as implemented in Federal Acquisition Regulation Subpart 36.6 and VA Acquisition Regulation 836.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. All designs shall comply with applicable sections of VA publications, śPlanning Criteria for Medical Facilities ť, H-08-09 and śEquipment Guide List ť, H-08-5. This contract is set-aside 100% for Small Businesses capable of completing work under the North American Industrial Classification System (NAICS) code 541310. Estimated construction cost range for this project is between $100,000 and $250,000. It is anticipated that a Firm Fixed price contract will be awarded from this Notice. The contract is anticipated to be awarded in July 2012 and design completed (to include all contract documents) within 299 days. The proposed project consists of the necessary accessibility surveys in conjunction with the roadway entrances, parking lot locations, building entrances and locations, and new facilities ether in design or construction phase in order to improve the overall current traffic and accessibility to the Erie VA Medical Center. Project shall include equipment planning, site preparation, necessary improvements to the physical structure and addressing documented deficiencies in the area for traffic Flow. Project includes site preparation, necessary improvements to the physical site roadway and parking lot plan and also address documented deficiencies in the area. Successful offeror is required to furnish all labor, materials, tools, equipment and professional A-E services necessary to complete the entire project and submission requirements. All work must be designed within a construction price limit. The A/E will provide a cost estimate at each review and a final cost estimate to perform the above work and will design only those items that can be provided within the cost limitation. SELECTION CRITERIA: Selection criteria as identified in FAR Subpart 36.6 and VA Acquisition regulation 836.6 as follows: 1.) Professional qualifications necessary for satisfactory performance of required service 2.) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials 3.) Capacity to accomplish the work in the required time 4.) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules 5.) Location in general geographical area of the project and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project 6.) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness 7.) Record of significant claims against the firm because of improper or incomplete architectural and engineering services 8.) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 9.) Selection criteria as identified in VAAR 852.215-70 Service Disabled Veteran Owned Small Business. ADDITIONAL SELECTION CRITERIA: In addition to the selection criteria identified above, the area of consideration for offeror ™s is 350 mile driving radius between offeror ™s location and the VA Medical Center, Erie, PA ( Determination of mileage eligibility will be based on http://maps.google.com ) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) hard copies of Standard Form 330 (SF 330) and one (1) CD copy of Parts I and II no later than 12:00 noon on April 30, 2012. All SF330 submittals must be sent to the attention of Donald Kalivoda (90C), Erie VA Medical Center, 135 East 38th Street, Erie, PA 16504. Submissions by electronic means are NOT permitted. All questions are to be sent to the attention of donald.kalivoda@va.gov. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet Number Tax ID Number The e-mail address and phone number of the Primary Point of Contact In order to assure compliance with FAR Clause 52.219-14(c)(1) “ Limitations on Subcontracting - Services, all firms submitting SF 330 ™s for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concern ™s employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc) Personal visits by A-E firms, for the purpose of discussing this announcement or the Submittal is not permitted. No contract for construction of any project shall be awarded to the firm, subsidiaries or affiliates that designed the project. Prior to submittal of the SF 330, the Prime AE Firm must be registered in Central Contractor Registration (CCR), completed Online Representation and Certifications Application (ORCA).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC562/VA24412R0321/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-12-R-0321 VA244-12-R-0321_3.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=314130&FileName=VA244-12-R-0321-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=314130&FileName=VA244-12-R-0321-002.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02707781-W 20120330/120328235311-8e961be31e2000d18b752fbfdedab2a3 (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.