Wisconsin Bids > Bid Detail

C1DA--695-23-110 MEP AE IDIQ (VA-24-00000621)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159608568629463
Posted Date: May 6, 2023
Due Date: Jun 5, 2023
Solicitation No: 36C25223Q0538
Source: https://sam.gov/opp/c3e1279aeb...
Follow
C1DA--695-23-110 MEP AE IDIQ (VA-24-00000621)
Active
Contract Opportunity
Notice ID
36C25223Q0538
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 10:39 pm CDT
  • Original Date Offers Due: Jun 05, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 03, 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:
    Clement J. Zablocki VA Medical Center Milwaukee VAMC Milwaukee , WI 53295
    USA
Description
REQUEST FOR SF 330
A/E MEP IDIQ at the Clement J. Zablocki VA Medical Center
5000 W. National Ave, Milwaukee, Wisconsin 53295
36C25223Q0538

INTRODUCTION: This is a new Architectural-Engineering (AE) Mechanical, Electrical, Plumbing (MEP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) procurement for the Clement J. Zablocki VA Medical Center 5000 W. National Ave, Milwaukee, WI. Milwaukee VAMC 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 500-mile radius of the Milwaukee VAMC, 5000 W. National Ave., Milwaukee WI 53295. 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 $800,000.00.
Contract Ceiling: $6,000,000.00 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. 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: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1 and VAAR 836.602-1:
1. Professional qualifications necessary for satisfactory performance of required services.
2. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.
3. 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.
4. Capacity to accomplish the work in the required time.
5. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.
6. Record of significant claims against the firm because of improper or incomplete architectural and engineering services.
7. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; and
8. 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.
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 June 5, 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 10:39 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 >