Illinois Bids > Bid Detail

C1DA--550-23-115 AE IDIQ Base Contract 541310

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159608596193350
Posted Date: May 6, 2023
Due Date: Jun 6, 2023
Solicitation No: 36C25223Q0558
Source: https://sam.gov/opp/c7f2aba46f...
Follow
C1DA--550-23-115 AE IDIQ Base Contract 541310
Active
Contract Opportunity
Notice ID
36C25223Q0558
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 05, 2023 10:49 pm CDT
  • Original Date Offers Due: Jun 06, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 04, 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:
    • 541310 - Architectural Services
  • Place of Performance:
    VA Illiana Healthcare System 1900 E. Main Street Danville , IL 61832
    USA
Description
Page 3 of 4

REQUEST FOR SF 330
A/E IDIQ at the VA Illiana Healthcare System,
1900 E. Main Street, Danville, IL 61832
36C25223Q558

INTRODUCTION: This is a new Architectural-Engineering (AE) Service Indefinite-Delivery/Indefinite-Quantity (IDIQ) procurement for the VA Illiana Healthcare System, 1900 E. Main Street, Danville, IL 61832. The Danville VA Medical Center (VAMC) has a requirement for professional A/E design services for the design of various Non-Recurring Maintenance (NRM) construction projects that are primarily architectural in nature although projects may also include components that fall under additional disciplines e.g., mechanical, electrical, plumbing, civil and structural, etc. including but not limited to the preparation of designs, plans, specifications, cost estimates and miscellaneous reports. Services to include, but are not limited to; conceptual design, design programming, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, and construction period services. 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 500-mile radius of the Danville VAMC, 1900 E. Main Street, Danville, IL 61832. The 500-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 $1,250,000.00.
Contract Ceiling: $6,250,000.00
NAICS Code: 541310 A/E Services
Size Standard: $11.0 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 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.
EVALUATION FACTORS

The following factors are included in the Request for SF 330s and will be used to evaluate firms. The factors are listed in descending order of importance, in accordance with FAR 36.602-1 and VAAM M836.602-1. NOTE: Factors 1-4 will be rated with equal importance relative to each other; Factors 5-6 will be rated with equal importance relative to each other and Factors 7-9 will be rated with equal importance relative to each other.
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;
Professional qualifications necessary for satisfactory performance of required services;
Capacity to accomplish the work in the required time including; maintaining project schedules, maintaining project budgets, cost control effectiveness and estimating accuracy. Firm will also be required and expected to have the capacity to simultaneously manage and staff multiple large dollar designs;
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 for Department of Veterans Affairs;
Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team;
Location in the general geographical area of the project and knowledge of the locality of VA Illiana Health Care System, Danville, Illinois. Area of consideration is restricted to firms located within a 500-mile radius;
Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness;
Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and
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).

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. Size limitation is 10MB;

The SF330s are due on June 6, 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
  • May 05, 2023 10:49 pm CDTCombined 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 >