Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
DOCUMENT

C -- Engineering Services IDIQ - Attachment

Notice Date
5/4/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Oklahoma City VA Medical Center;921 N.E. 13th Street; Oklahoma City OK 73104-5007
 
ZIP Code
73104-5007
 
Solicitation Number
VA25612R0887
 
Response Due
5/17/2012
 
Archive Date
6/1/2012
 
Point of Contact
Kevin D Pollard
 
E-Mail Address
6-3615<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement is restricted to Service Disable Veteran Owned Small Business (SDVOSB) firms. The requirement is for the Oklahoma City VA Medical Center, 921 NE 13th Street, Oklahoma City, OK 73111. This requirement is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $4.5 Million. Description of work to be performed includes design work for the preparation of 100% complete working drawings and contract documents using edited VA Master Specifications to complete the following: This procurement is for an Engineer IDIQ (Indefinite-Delivery, Indefinite-Quantity) Contract to provide professional engineering services to prepare mechanical,, electrical and plumbing engineering drawings, specifications, construction estimates, and provide construction period services. This project will engage a professional licensed and registered mechanical, electrical, plumbing (MEP) engineering firm to provide engineering services to for the development of construction documents (drawings and specifications, etc.) for various design projects for the Oklahoma City VA Medical Center located at 921 NE 13th Street. This IDIQ contract will be a 1 year contract with 1 year option. The maximum ordering limit will be $1,450,000.00 with no individual task order exceeding $400,000.00. The minimum task order value will be $2,000.00. A guaranteed minimum of $2,000.00 will be given to a firm if no task orders are given to the firm. SUMMARY OF A/E SERVICES: The summary of services required will be defined by each delivery order. Services will include consultant support as deemed necessary by the government. Services may include but are not limited to: A. Site visits and all necessary field investigations. B. The preparation of design and design documentation including Design Development (35%, 65%, 95%, and 100% drawings) and Final Construction Documents. Final Construction Documents consists of construction drawings, specifications, cost estimates, analysis and narratives. Construction documents will become part of the construction contract and shall be sufficient to support competitive bidding. Contract Drawings, Specifications and Engineering calculations shall supply a complete design to the satisfaction of the VA. The Engineering Firm shall provide a detailed construction cost estimate based on the contract drawings and specifications. Each project will be designed to stay within the allocated construction budget. C. Bidding and negotiation support as required explaining and clarifying the Engineering Firms work during the bidding and negotiation process. Actual bidding and negotiation will be administered by the Department of Veterans Affairs. D. The reproduction of review documents and construction documents are to be included as part of the requested Professional Engineering services. E. Construction phase support as required to verify compliance with the designer's intent, both during the submittal process and during actual construction, and to document variances from the original construction documents. The Department of Veterans Affairs will administer the actual construction. F. Post construction services will be required 1) to update the original construction documents to reflect changes and unforeseen conditions encountered during construction (Record drawings), and 2) to provide the updated construction documents to the facility for inclusion in the facilities As-Built drawings. Each delivery order design should be completed in accordance with all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria unless otherwise approved by the VA. Conflicting criteria shall be brought to the attention of the VA engineering department for resolution. All national, state, and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The following references, as a minimum shall be utilized for planning and design purposes. The facilities references, as a minimum, shall be utilized for planning and design purposes. The facility as-built drawings will be made available in AutoCAD format as well as PDF. The A/E is responsible for verifying existing conditions. The A/E will be required to provide all labor to reproduce any required existing VAMC drawings. Qualifications (SF330) submitted by each firm will be reviewed and evaluated based on the following criteria in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836-602-1 as follows: (1) Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in designing for federal agencies, healthcare design, eldercare design, research abilities for EBD (evidence based design), Plane tree organization compliance, knowledge of 2010 ADA Standards & NFPA 101 Life Safety codes, Knowledge of Joint Commission and HIPPA requirements, LEED certification, energy conservation, pollution prevention, waste reduction, and the use of recycled materials. (2) Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for relevant work experience and accredited education (Bachelors of Science in the specific field minimum) and their record of working together as a project team. The specific state licensed/registered professional disciplines which will be evaluated are a minimum one of each (Oklahoma licensed architect, NCIDQ certified interior designer, mechanical engineer, electrical engineer, fire protection engineer, cost estimator, AutoCAD operator). The Prime must provide documentation of as a Professional licensed Firm currently registered to perform Engineering services in any of the 50 United States. (3) Capacity to Accomplish the Work: the general work load and staffing capacity of the design office which will be responsible for 51% of the design, and the ability to accomplish the work in the required time will be evaluated. This includes ability to produce scaled construction documents in minimum version AutoCAD 2010. (4) Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other federal agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 3 years will not be accepted. (5) Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be required to have a branch office or prime office within 250 miles. (6) Waste Reduction and Energy Efficient Design: experience in prescribing the use of recovered materials, achieving waste reduction, and energy efficient facility design. (7) Inclusion of Small Business Consultants: inclusion of small business consultants including minority-owned, women-owned, veteran owned, disadvantage veteran-owned, and/or HUBZone consultants. Submission Requirements: This procurement is 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Qualified SDVOSB firms are required to submit: 1 copies of Standard Form (SF) 330 (available at http://www.gsa.gov/forms) to include Part 1 and Part 2. In addition, Section H of Part 1 shall include information regarding the firms estimating effectiveness (estimated costs vs. actual bid costs) and compliance with performance schedule (original design schedule vs. actual design completion time) for each key design project listed in Section F. Submission information incorporated by reference is not allowed. If the electronic copy is over 5 megabytes maximum email size for the VA, then the contractor they can send it in multiple emails. FAILURE TO CLEARLY ADRESS ALL SEVEN LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS ABOVE MAY RESULT IN REJECTION OF SF330. TO BE CONSIDERED AS A VIALBLE CANDIDATE, ANY ELIGIBLE FIRM MUST MEET THE REQUIREMENTS OF ELEMENT #1 (PROFESSIONAL QUALIFICATIONS) Prospective SDVOSB firms are reminded that in accordance with VA Acquisition Regulation (VAAR) 852.219-10, at least 50 percent of the cost of personnel for contract performance of the contract shall be spent for employees of the SDVOSB concern or employees of other eligible service-disabled veteran-owned small business concerns. SF330 package shall address how it is anticipated these criteria will be met. Upon submission of the SF330 qualification package the prospective firm must be listed and publicly viewable in the VetBiz Registry or they shall be considered nonresponsive to award. Prior to award the prospective contractor, otherwise eligible for award, must be registered and VERIFIED at http://www.vip.vetbiz.gov. The number one selected firm, unless currently listed as verified in the Vendor Information Pages at the www.vetbiz.gov database shall have five business days to submit a verification application upon notification of being found the apparent successful bidder. Failure to become registered and verified in the VetBiz registry will result in denial of contract award. After receipt of verification application, the VA Office of Small Disadvantaged Business Utilization (OSDBU) will conduct an SDVOSB verification investigation of the firm and based upon their findings will either find the firm eligible or ineligible for SDVOSB verification. Any AE firm that represents itself as an SDVOSB eligible firm but subsequently found ineligible for verification by VA OSDBU will result in that firm being barred from contract award. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications (ORCA) in conjunction with required registration in the Central Contractor Registration (CCR) www.ccr.gov database, prior to award of a contract (FAR 4.11). Completed SF330s CD's can be delivered to Oklahoma City VA Medical Center, Attn: Kevin Pollard, Contract Specialist, (90C), 750 NE 13th Street, Oklahoma City, OK 73111, no later than 11:00 a.m. CDT, May17th, 2012. Telegraphic, mail, and facsimile forms are prohibited. No phone calls, please submit a RFI and it will be uploaded on FBO. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only (kevin.pollard2@va.gov), telephone inquires will not be honored. After the evaluation of SF330 submissions in accordance with the evaluation criteria, three or more of the most highly qualified firms will be chosen for interviews to present their approach to the design to arrive at selection of the number one firm for negotiations. The contract is anticipated to be awarded in May/June 2012. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/OCVAMC635/OCVAMC635/VA25612R0887/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-12-R-0887 VA256-12-R-0887 PRE-SOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=334559&FileName=VA256-12-R-0887-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=334559&FileName=VA256-12-R-0887-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Oklahoma City VA Medical Center;921 N.E. 13th Street;Oklahoma City OK 73104-5007
Zip Code: 73104
 
Record
SN02739419-W 20120506/120504234928-b4517e33fa8af1f974da05ccacc53925 (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.