The RFP Database
New business relationships start here

A/E Design - A/E IDIQ


South Carolina, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ARCHITECT-ENGINEERING (A/E) DESIGN SERVICES: The WBJ Dorn VA Medical Center, Columbia, SC is seeking qualified Architectural and Engineering Firms for an Architect/Engineer, Indefinite-Delivery, Indefinite-Quantity (A/E, IDIQ), multi-discipline contract to provide professional Architect/Engineer (A/E) Services. Tasks shall include architectural, landscape architecture, interior design, civil, mechanical, plumbing, electrical and structural disciplines. This procurement may result in award of a minimum of two separate IDIQ contracts from this announcement.

The selected A/E firms shall provide professional A/E services for various VA projects as required. A/E services shall include, but are not limited to design services to include the preparation of designs, plans, specifications, accurate cost estimates, commissioning, construction period services, site visits, necessary site investigation, as-builts and verification of as-built drawings, analysis of utility systems, necessary detail drawings and reproduction expenses, calculations, studies, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, concept designs, value engineering, soils engineering, drawings reviews and preparation of operation and maintenance manuals. Services include design submissions which may be at, but are not limited to, conceptual, 35%, 65% and 100% with updated as-built drawings on AutoCAD CDs, PDF files, and other related professional services as defined by FAR Part 36.6 that may be required.

To be selected, the A/E firm is required to have a registered Architect and Professional Engineer on staff. Any required engineering (Electrical, Mechanical, Civil, Structural, Fire Protection) as well as the Industrial Hygienist, Landscape Architecture or Interior Design services may be obtained on a consultant basis through a professional engineering firm.

The contract term is for a one-year base period and four (4) one-year option periods. The maximum ordering limit per year will be $3,000,000.00 with no individual task order exceeding $1,000,000.00. The guaranteed minimum task order value will be $5,000.00 for the life of the contract including option periods. Once a task order has been placed for a total of $5,000.00 or more the minimum award guarantee will be satisfied. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates.

Task orders may include, but are not limited to the following:

1) Schematic Phase: to include but not limited to making site investigations, collecting data, performing analysis, making presentations and conducting other fact finding studies as might be necessary to support the design of the project. This may include economic analysis and feasibility studies and developing scopes for programmed projects. Services may also include additional consultant services as necessary based on specific project scope.

2) Design Development: may include engineering calculations and analysis, complete design, and statements of probable cost.

3) Construction Documents: to provide complete detailed construction documents for final review that are of such quality and completeness that they can be competitively bid by contractors.
4) Bid Documents: to provide completed detailed, signed drawings, specifications and documents complete and ready for issuance to prospective contractors. A/E firms will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired work. A/E firms are responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction.

5) Construction Period Services: may include commissioning services, consultation and visits, design work as related to inquiries and modifications, hazardous material abatement plans, preparation of cost estimates including contractor bid analysis and recommendations, and participation in any pre-bid and preconstruction conferences. All Task Orders shall remain open until after the competition of the construction contract to allow for the full use of construction period services.

This is a 100% set-aside for SDVOSB firms only. The firms will need to be CVE verified and visible in VIP (VAAR 8041102) when SF330 s are submitted.

This requirement is being procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation 36.6 (FAR) and VA Acquisition Regulation 836.6 (VAAR).

The North American Industry Classification System (NAICS) Code is 541310 and 541330, Architectural Services and Engineering Services, and the small business size standards are $7.0 million and $14.0 million respectively. Interested parties shall ensure current state licensing, shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov, verified as a SDVOSB in VetBiz information pages (VIP) at hrrp://vip.vetbiz.gov and reporting to VETS 100 program at https://vets100.dol.gov.vets100login.htm. SDVOSB verification is mandatory to be considered for award.

Firms must be registered in SAM (System for Award Management) database, information on registration requirements can be obtained on the Internet at (http://sam.gov), and submit their complete Annual Representation s and Certifications (ORCA) via online at htpp://orca.bpn.gov. Any firm not CVE verified upon submission of their SF330 s will not be evaluated and not considered for award. Please submit a copy of you CVE verification letter with your SF330 package.

A/E firms are advised that in accordance with VAAR 836.606-73 the total cost of the architect or engineer services contracted for must not exceed six percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR Clause 52.236-22 - Design Within Funding Limitation, will be applicable to any task order or procurement action under this A/E IDIQ.

Firms will be evaluated by the A/E Evaluation Board, scored and ranked according to score. The most qualified firms will be invited to interview with the selection board. The number of firms selected to interview will be dependent on the number of firms that submit SF-330s. A minimum of three firms will interview with the selection board, and will again be numerically scored. The two firms with the highest score will be selected to negotiate an A/E IDIQ contract.

Responses should be submitted on an SF330. The SF-330 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.

This project includes a requirement for site visits and coordination on design reviews, A/E firms will be required to attend meetings in person on site at the WBJ Dorn VA Medical Center in Columbia, SC. Due to this requirement, the area for consideration for this acquisition is restricted to eligible A/E firms, to include subcontractors, team members, and partners with an operating office located within the local geographic region of the WBJ Dorn VAMC, Columbia, SC. The local geographic location of consideration for this project is: AE firm must be located within a 200 mile radius of the WBJ Dorn VA Medical Center 6439 Garners Ferry Road, Columbia, SC 29209.

Interested firms must include the location of an operating office within the radius in their SF330 package. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation.

Prospective firms shall address all selection criteria factors within their submitted SF330 packages. Submission of information incorporated by reference is not allowed. Interested firms shall submit five (5) printed and bound copies and two (2) electronic copies on compact disk of their SF 330 with appropriate documentation. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation.

Submitted SF330s will include the following elements:

Standard Form 330 (Rev. 3/2013) Architect-Engineer Qualifications
SF330, Section H: Additional Information

Firms submitted SF330s will be evaluated by an A/E evaluation board, scored and ranked according to score. The following evaluation criteria will be used to evaluate SF 330 technical proposals:

Professional qualifications necessary for satisfactory performance of required services.

Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, and waste reduction. Demonstrated success in prescribing the use of recovered materials, and using waste reduction and energy efficiency in facility design. Provide examples of experience and demonstrate the ability to provide professional consulting and design services relevant to hospitals and healthcare organizations; familiarity with applicable codes and ability to incorporate in design documents the requirements of the Joint commission, OSHA, NFPA, IBC, and other such regulatory organizations, and commissioning certification and experience. This includes, but is not limited to; safety related requirements as the implementation of interim life safety measures (ILSMs) and infection control risk assessments (ICRAs).

Capacity of the A/E firm to perform work required within required time frames and budget. Volume of previously awarded contracts and government experience should be demonstrated.

Past performance on contracts with Government agencies and private industry. Highlight past performance in a hospital environment, including, but not limited to design development, construction cost estimating, cost control, code review and implementation, quality of work, and compliance with performance schedules, etc.

Geographic location and facilities of the working offices which will provide the professional services and familiarity with the area in which the project work is located.

Reputation and standing of the firm and its principal officials with respect to professional performance, national recognition, general management and cooperation.

Record of significant claims against the firm because of improper or incomplete architectural and engineering services (Errors and Omissions).

Specific experience and qualifications of the proposed personnel assigned to the project design and management teams and their record of working together as a team.

Acceptability under other appropriate evaluation criteria; i.e. SF330, Section H:
Management Plan
Management Process
QA/QC
Cost Control
Schedule Control
Proposed Design Approach

Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting and all Joint Ventures must be CVE verified, submit agreements that comply with 13CFR 125.15 prior to contract award.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE FOR ARCHITECT/ENGINEERING (A/E) DESIGN SERVICES; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. ONLY THE A/E FIRMS RESPONDING TO THIS ANNOUNCEMENT BY SUBMITTING AN SF330 PACKAGE ON TIME WILL BE CONSIDERED FOR INITIAL EVALUATION.

Offerors opting to mail proposals shall submit proposal packages to the Department of Veterans Affairs.

By Mail Delivery:

William Jennings Bryan Dorn VA Medical Center
Attn: Robert Holbrook, Contract Specialist
Bldg 22 Room 3B108
6439 Garners Ferry Road
Columbia, South Carolina 29209

Offerors opting to hand deliver proposals shall submit proposal packages to the Department of Veterans Affairs.

By Hand Delivery:
William Jennings Bryan Dorn VA Medical Center
Attn: Robert Holbrook, Contract Specialist
Bldg 22 Room 3B108
6439 Garners Ferry Road
Columbia, South Carolina 29209

Firms shall submit proposals not later than 1:30 PM local time Friday, March 7, 2017.

All questions regarding this announcement must be e-mailed to the contracting office at robert.holbrook3@va.gov.

Robert C. Holbrook
Contract Specialist
robert.holbrook3@va.gov

Robert.Holbrook3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP