The RFP Database
New business relationships start here

REQUEST FOR AE QUALIFICATION STATEMENTS (FORM SF 330): INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT & ENGINEERING SERVICES AT THE OSCAR G JOHNSON VA MEDICAL CENTER IN IRON MOUNTAIN, MI


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

DATE: March 10, 2015



VA69D-15-R-0041

REQUEST FOR CONTRACTOR QUALIFICATION STATEMENT (FORM SF330) SUBMISSIONS


INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT & ENGINEERING SERVICES

AT THE OSCAR G JOHNSON VA MEDICAL CENTER IN IRON MOUNTAIN, MI




1.    DESCRIPTION OF WORK

Provide professional services necessary for the design of various in-house and nonrecurring maintenance construction projects at this Medical Center 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 shall be provided for one (1) year with the option to extend for up to four (4) additional years for architectural/engineering consultant services. For any one project, a task order award will not exceed $750,000 or be less than $2,000 and the total cumulative contract amount for task orders under this contract shall not exceed a maximum of $4,000,000. The guaranteed minimum award for this contract would be $25,000.

This requirement is a 100% total set aside for Small Businesses. The awarded firm is expected to meet the requirements in FAR clause 52.219-14: Limitations on Subcontracting (NOV 2011) 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.

As this is not a RFP, no bid packages are available. The North American Industry Classification Code (NAICS) for this procurement is 541310 - Architectural Services & small business size standard of $7.5 Million applies. Award is subject to the availability of funds.

The preferred area of consideration is limited to a 150 mile driving radius of Iron Mountain, MI. The location evaluated will be the official business address registered with System for Award Management (SAM) at SAM.gov.
?
2.    EVALUATION CRITERIA:

This procurement will be evaluated following the procedures established in the Brooks Act, FAR 36.6, and VAAR 836.6. The selection process will be made using a two stage process. Stage I consists of the initial evaluation of the SF 330's and determination of the highest rated firms. The highest rated firms will then be short listed and invited to continue with Stage II of the process. Stage II consists of Interview Presentations for the shortlisted firms and selection of the top ranked firm to receive the solicitation and conduct negotiations.

Stage I: Firms responding to this notice will be evaluated and ranked using the evaluation criteria listed below. The technical evaluation will consider how each factor is addressed and how it is formatted in order to coincide with the selection criteria. The evaluation factors listed below shall be addressed in Part H of the SF 330.

1.    Professional Qualifications of Team Proposed - Background of firm and key personnel (Project Manager, Principal, and other key personnel, and consultants) provided in the SF330.

2.    Management Plan - Provide a team organizational chart for design phase and construction phase and explain why your plan is the best fit for VA.

3.    Previous Experience of Proposed Team - Provide examples of specific past project experience (VA healthcare or hospital projects preferred) for the personnel and consultants proposed.

4.    Location of facilities and working offices (prime & sub-consultants) - Firms located inside the preferred area of consideration (within a 150 mile driving radius of Iron Mountain, MI) who can demonstrate working knowledge of the locality of the project will be ranked highest under this evaluation factor. Location evaluated will be official business address registered with System for Award Management (SAM) at SAM.gov.

5.    Proposed Design Approach - state your firm's proposed design philosophy, anticipated problems/issues, and potential solutions

6.    Project Control - Describe the techniques you intend to employ to control the design cost and schedule. List the personnel (and their qualifications) you propose to be responsible for schedule and cost control.

7.    Estimating Effectiveness - Provide a list of no more than ten of your most recently designed and constructed projects. Provide your firms estimated construction cost (as of 100% design completion), as well as the construction contract award amount.

8.    Firm's Capacity - Describe the firm's ability to accomplish the work in the required time, including the possibility of one or more projects simultaneously. Indicate the firm's present workload and the availability of the project team, for the specified contract performance period. Demonstrate the cost estimating effectiveness for ten of the firm's most recent bid projects.

9.    Specialized Experience & Capabilities- Address experiences from the projects listed in the SF 330 in regards to: (1) Interior design; (2) value engineering & life cycle cost analyses; (3) environmental & historic preservation; (4) Energy Conservation & New Energy Resources; (5) CPM and fast track construction; (6) Pollution prevention, waste reduction, use of recovered materials.

10.    Awards - List and describe all awards received for design excellence

11.    Insurance and Litigation - Address the types and amounts of liability insurance carried. Identify all litigation against the firm because of improper or incomplete architectural and engineering services over the last ten years and its outcomes.

12.    Past Performance - Past performance on contracts with government agencies in terms of cost control, quality of work, compliance with performance schedules, professional performance, general management, and cooperativeness. (In accordance with VA Information Letter (IL) 049-03-9, past performance evaluations may also be conducted using information obtained from CPARS and any other sources deemed appropriate by the CO).


Stage II: The shortlisted firms will be invited to present their qualifications in person to the Evaluation Board. They will be given approximately ten (10) days to prepare for their Interview Presentations. After the Interview Presentations are concluded the firms will be evaluated. The top-ranked firm will be selected and sent a solicitation with subsequent negotiations to follow.

Interested A/E firms are required to submit a completed form SF 330 and any supporting documentation in order to be considered. The submission must include the SF 330, Architect/Engineer Qualifications (form is available on-line at http://www.cfm.va.gov/contract/ae.asp). The SF 330 including title page, table of contents, and any other relevant information shall not exceed a total of 50 pages in Arial Size 12 font, single spaced. The background color of each page of the submission shall be white or ivory stock only. A page is defined as each face of an 8.5 x 11 inch sheet of paper containing information.

Special Consideration for SDVOSB firms

After the top three qualified firms are identified, the firms' SDVOSB status will be used as a tie-breaker in cases where there are identical qualification scores.



A/E firms that meet the requirements listed in this request for SF 330s are invited to submit one (1) hard copy and (1) electronic copy of the SF 330 with appropriate documentation by close of business APRIL 10, 2015.

Email copy to: Jeffrey.gerbensky@va.gov

Mail one copy of the information to:
Department of Veterans Affairs
Great Lakes Acquisition Center (GLAC)
Attn: Jeff Gerbensky
115 S. 84th Street, Suite 101
Milwaukee, WI 53214-1476

Jeffrey C Gerbensky
Contract Specialist
414-844-4881

Jeffrey.Gerbensky@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP