Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
DOCUMENT

C -- Architectural -Engineering Short Selection Various Projects at Jesse Brown VAMC and FHCC, North Chicago, Illinois - Attachment

Notice Date
6/16/2017
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101; WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D17N1272
 
Response Due
6/22/2017
 
Archive Date
9/20/2017
 
Point of Contact
anne.vossler@va.gov
 
E-Mail Address
anne.vossler@va.gov
(anne.vossler@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a request for Standard Form 330, not a Request for Proposal (RFP). Department of Veterans Affairs Network Contract Office (NCO)12 intends on utilizing FAR Part 36.602-5 Short Selection Process for Contracts Not to Exceed the Simplified Acquisition Process for the following design projects: Jesse Brown VA Medical Center, 820 S. Damen Avenue, Chicago, IL 60612: 537-17-115 SPS Renovations, Building 40. NAICS Code 541310 Size Standard $7.5m James Lovell Federal Health Care Center, 3001 Green Bay Road, North Chicago, IL 60064: 556-17-007 Replace Chiller # 5, Building 188. NAICS Code 541330 Size Standard $15.0m 556-17-014 Oncology Renovation for USP 800 Requirement. NAICS Code 541310 Size Standard $7.5m. 556-17-016 Building 135 HR Renovation. NAICS Code 541310 Size Standard $7.5m 556-17-020 Prosthetics Renovation. NAICS Code 541310 Size Standard $7.5m. VA is requesting the provision of professional architectural and engineering design services for the above listed projects. Scope of work may include the field verification of existing conditions, preparation of schematic designs, space plans, construction documents, specifications, cost estimates, review of shop drawings & sample submittals, site visits and preparation of punch lists etc. for final acceptance, and construction period services. The area of consideration is restricted to firms located within a 200-mile radius of the facility. This requirement is a 100% set aside for Center for Verification and Excellence (CVE) verified Service Disabled Veteran Owned Small Business (SDVOSB). In accordance with VAAR 819.7003(b), SDVOSB firms must be verified in the Vendor Information Pages (VIP) database prior to submitting an SF 330. All interested parties must be registered and current in the System for Award Management (SAM) database. The awarded firm is expected to meet the requirements in FAR clause 52.219-14 and VAAR 852.219-10: Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. The AE firm must be able to perform 50% of the cost of the contract performance, which shall be performed by the employees of the firm. Selection criteria will be based on: (1) Professional qualifications necessary for satisfactory performance of required services (including a joint venture or association); including knowledge in design and construction requirements. (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 including; maintaining project schedules, maintaining project budgets, cost control effectiveness, and estimating accuracy. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans Affairs. (5) Location in the general geographical area of the project and knowledge of the locality of the project (200 miles). (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) CVE verification as a Service Disabled Veteran Owned Small Business (SDVOSB). SF 330s submitted in response to VA69D-16-N-1008 Architectural-Engineering Multiple Award Task Order Contract (MATOC) for FHCC, JB, Hines, and Danville will be evaluated per the Short Selection process for the listed projects. AE firms that submitted SF330s in response do not need to resubmit. All other A/E firms that meet the requirements listed in this request for SF 330s and who did not respond to VA69D-16-N-1008 and would like to be considered are invited to submit one (1) electronic copy of the SF 330 with appropriate documentation by close of business June 22, 2017. Email one copy of the information to: anne.vossler@va.gov Awards are subject to the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17N1272/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-17-N-1272 VA69D-17-N-1272.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591402&FileName=VA69D-17-N-1272-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591402&FileName=VA69D-17-N-1272-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04547673-W 20170618/170616234631-733134ae60bd34460d173e634b71ad60 (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.