The RFP Database
New business relationships start here

Project #556-13-003: Renovate Audiology


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

Page 4 of 4

REQUEST FOR SF330
1. INTRODUCTION: THIS IS A TOTAL 100% SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE in accordance with Public Law 109-461. This is a Request for SF330s for Architect/Engineer (A/E) Design Services for Project Number 556-15-003: Renovate Audiology at the Captain James A. Lovell Federal Health Care Center (FHCC) in North Chicago, IL 60064.

THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED via FBO. A request for proposal will be issued directly to the top-rated firm for which negotiations will commence in accordance with FAR part 36. 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, and VA Acquisition Regulation 836.6.
2. MILEAGE RESTRICTION: in accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 500-mile radius, within the U.S., of the FHCC which is located at 3001 Green Bay Road, North Chicago, IL 60064. The 500-mile 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, from which most the design services will be performed, to the FHCC campus.
3. DESCRIPTION: the Captain James A. Lovell Federal Health Care Center (FHCC) is a first-of-its-kind partnership between the U. S. Department of Veterans Affairs and the Department of Defense (DoD), integrating all medical care into a federal health care facility with a single combined VA and Navy mission. Lovell FHCC is located in North Chicago, Illinois, and was established on Oct. 1, 2010 when the North Chicago VA Medical Center (VAMC) and the Naval Health Clinic Great Lakes (NHCGL) merged their resources and services. A combined mission of the health care center means active duty military, their family members, military retirees and veterans are all cared for at the facility. The health care center ensures that nearly 40,000 Navy recruits who transition through Naval Station Great Lakes each year are medically ready and nearly 67,000 eligible military and retiree beneficiaries from Northern Illinois and Southern Wisconsin receive first-rate care.

For Project 556-15-003: Renovate Audiology: the A/E shall design new layout for approximately 7600 Gross Square Feet (GSF) of Audiology space. Sound booth(s), located within Audiology, are to remain in existing location. A post award meeting between the Lovell FHCC and key A/E team members shall be conducted to review project objectives, scope, deliverables, communications, site access, schedule and responsibilities. Measurement of the existing building shall be taken to update the existing conditions into AutoCAD drawings initially provided by the FHCC. All services provided in the A/E shall meet current local, state, VA, DOD/DON, ADA, NFPA, JCAHO and Life safety codes and directives. The awarded A/E firm shall produce design documents for use in the bidding and construction by a qualified contractor.


Contract Type: Firm-Fixed-Price
Estimated Magnitude of Construction: between $2,000,000 and $5,000,000
NAICS Code: 541310
Size Standard: $7.5 Million

4. VETBIZ & SAM: in accordance with VAAR 819.7003, 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
(1) SDVOSB eligible firm;
(2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition; and
(3) SDVOSB listed as verified in VIP at: https://www.vip.vetbiz.gov.
Additionally, all eligible firms must be registered and current in the System for Award Management (SAM) database in order 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.
5. EVALUATION FACTORS: selection criteria will be based on the following factors in accordance with FAR 36.602-1 and VAAR 836.602-1:
(a) Professional qualifications necessary for satisfactory performance of required services;
(b) 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;
(c) Capacity to accomplish the work in the required time;
(d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;
(e) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project;
(f) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness;
(g) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and
(h) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
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 in #8 below when addressing evaluation factors.
6. 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.
7. LIMITS ON SUBCONTRACTING: in accordance with VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside under 852.219-10(a)(1)(v), it states:
The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable.
For clarification, 13 CFR 125.6 states in the case of a contract for services (except construction), it (i.e. SDVOSB) will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
8. SUBMISSION REQUIREMENTS: interested and eligible firms should submit their current SF330 as follows:
1) One (1) electronic pdf copy via eCMS Vendor Portal:
a. See attachments for procedures;
b. Size limitation is 20MB;

2) Two (2) paper hard copies mailed to:
Department of Veterans Affairs
Great Lakes Acquisition Center (GLAC)
Room 329, Bldg 1
3001 Green Bay Road
North Chicago, IL 60064
ATTN: Isabell Coad, Contract Specialist

The SF330s are due on April 16, 2018 at 3:30 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 will not be evaluated. The font for text shall be Times New Roman 12-point or larger;
(e) 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.
9. No Fax or Email 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 isabell.coad@va.gov.
10. VA Primary Point of Contact:
- Isabell Coad
- Contract Specialist
- Email: isabell.coad@va.gov

Isabell Coad
Contract Specialist
isabell.coad@va.gov
224-610-3646

Isabell Coad (email)

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP