Illinois Bids > Bid Detail

C1DA--A/E IDIQ Base Contract Request for SF330s For the FHCC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159552214491604
Posted Date: Jan 12, 2023
Due Date: Feb 13, 2023
Solicitation No: 36C25223Q0258
Source: https://sam.gov/opp/c4a982d98c...
Follow
C1DA--A/E IDIQ Base Contract Request for SF330s For the FHCC
Active
Contract Opportunity
Notice ID
36C25223Q0258
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 12, 2023 02:49 pm CST
  • Original Date Offers Due: Feb 13, 2023 04:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: May 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA - ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    CAPT James A. Lovell Federal Federal Health Care Center (FHCC) , IL 60064
    USA
Description



REQUEST FOR SF 330
A/E IDIQ at the CAPT James A. Lovell Federal Health Care Center (FHCC)
3001 Green Bay Rd, North Chicago IL, 60064
36C25223Q0258

INTRODUCTION: This is a new Architectural-Engineering (AE) Mechanical, Electrical, Plumbing (MEP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) procurement for the James Lovell Federal Health Care Center (FHCC), North Chicago, IL. Â Â FHCC has a requirement for professional A/E design services for the design of various Non-Recurring Maintenance (NRM) construction projects that are primarily Mechanical, Electrical, and Plumbing in nature, although projects may also include components that fall under additional disciplines e.g. architectural, civil, and structural, for the preparation of designs, plans, specifications, cost estimates and miscellaneous reports. Task Orders will be issued for individual projects.

Pursuant to Public Law 109-461, this solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms.
The awarded firm is expected to meet the requirements in FAR clause 52.219-14: Limitations on Subcontracting and compliance will be monitored throughout contract performance. By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the awarded AE firm.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via SAM. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR Part 36.606. The anticipated A/E design services, to be awarded, will be procured in accordance with the Selection of Architects and Engineers Act (Public Law 92-582), Federal Acquisition Regulation Part 36.6.
MILEAGE RESTRICTION: This procurement is restricted to SDVOSB concerns located within a 400-mile radius of the FHCC, 3001 Green Bay Rd, North Chicago IL 60064. The 400-mile radius restriction will be verified by using the website https://www.freemaptools.com/radius-around-point.htm and verifying the distance from the firm s primary or satellite office location.
Period of Performance: Five-Year Ordering Period
Contract Type: Firm-Fixed-Price IDIQ
Estimated Magnitude of Construction: Individual Task Orders will be established for a minimum of $2,000 and a maximum of $1,000,000.00.
Contract Ceiling: $5,000,000.00 and a Minimum Guarantee of $5,000.00.
NAICS Code: 541330 - Engineering Services
Size Standard: $22.5 Million

SAM: in accordance with FAR 19.301-1, at the time of SF330 submission and prior to award of any contract, the offeror must represent to the contracting officer that it is a Small Business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition. Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database to be evaluated and eligible for contract award. If the firm is not registered in SAM, you may register online at https://www.sam.gov.
The following factors are included in the Request for SF 330s and will be used to evaluate firms. Firms responding to this notice will be evaluated and ranked using the primary and secondary selection criteria listed below. The factors are listed in descending order of importance. The evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria.
Primary Selection Criteria:
Specialized experience and technical competence: Specialized experience in health care facility and associated grounds and structures design.
Specialized experience includes experience in critical path scheduling, fire protection, construction infection control proto-cols, energy conservation and sustainable design practices. Include Government and private experience on project similar in size, scope and complexity and experience with project phasing to maintain hospital operations during construction.
The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, prior experience of the prime firm and any key subcontractors working together on relevant projects and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards.
Professional experience and qualifications: Discipline leads, and senior architects and engineers must have graduated from an ABET accredited program and maintain current licensure, and possess no less than five years professional experience in the discipline of their assigned responsibility.
Personnel proposed for assignment to this contract possess a current registered architect or professional engineer license by a US state, the District of Columbia, or US Territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. Exception: Physical Security Consultant must hold the Certified Protection Professional (CPP) or Physical Security Professional (PSP) certification issued by ASIS International.
Evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm.
Capacity to accomplish the work in the required time, including maintaining project schedules, budgets, and quality compliance. Firm(s) will be required and expected to have the capacity to simultaneously manage and staff multiple assignments of various size, scope, and complexity.
Evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts.
Past performance on contracts with government agencies and private industry in terms of cost control, schedule adherence, and quality of work. Include complete, unedited CPARS reports or Past Performance Questionnaires (PPQs) if CPARS data is not available for similar past engagements.
Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, publicly available sources and additional projects in CPARS. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified.
Knowledge of the locality: Specific knowledge of local conditions or project site features, such as geological features, climatic conditions, local construction methods, market conditions, medical center structures, and key stakeholders.
Inclusion of service-disabled veteran-owned, veteran-owned, woman-owned, economically disadvantaged woman-owned, HUBZone, Section 8(a), small/disadvantaged, and small business consultant(s).

Secondary Selection Criteria:
Geographic location. Servicing office location in the general geographical area (400 miles, or four hours of fair weather travel) of the project and knowledge of the locality of the project. If not the main office of the prime designer, it must be an established staffed office. Virtual office and residence locations are not acceptable.
Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperation with all project stakeholders. Factor also includes consideration of past improper or incomplete architectural and engineering services.

PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL evaluation factors above in order to rank interested and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications.
Additionally, keep in mind the submission requirement restrictions outlined below when addressing evaluation factors.
SELECTION PROCESS: in accordance with FAR 36.6, SF330s will be evaluated by the evaluation board using the evaluation factors identified in this announcement. After SF330s have been evaluated, discussions/interviews will be held with at least three of the most highly qualified firms. After discussions conclude, the evaluation board will evaluate the qualifications of the firms using the same evaluation factors, taking into consideration both the SF330 submission and subsequent discussions, to select the most preferred firm from the firms considered to be the most highly qualified. Negotiations will then begin with the most preferred firm.
SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:
1) One (1) electronic pdf copy to ricky.bond@va.gov
a. Size limitation is 10MB;

The SF330s are due on Feb 13, 2023 at 4:00 PM (CST).
Acceptable electronic formats (software) for submission of SF330 packages:
(a) Files readable using the current Adobe Portable Document Format (PDF);
(b) Files in Adobe PDF Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater.
(c) SF330s shall be provided on standard letter size 8-1/2 by 11-inch paper, limited to a maximum of seventy-five (75), single-sided, single-spaced, and numbered pages. If more than seventy-five (75) single-sided pages are submitted, all pages after seventy-five (75) pages may not be evaluated. The font for text shall be Times New Roman 12-point or larger.
(d) Please note that we can no longer accept .zip files due to increasing security concerns.
The SF330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in SF330 in the Find a Form block and click on search.
No Fax Responses will be accepted: personal visits for discussing this announcement will not be entertained or scheduled. Questions may be directed only by e-mail to Ricky.Bond@va.gov.
VA Primary Point of Contact: Ricky Bond, NCO 12 Contract Specialist, Ricky.Bond@va.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 12, 2023 02:49 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >