Indiana Bids > Bid Detail

C1LZ--AE Install Gates at Fort Wayne Entrances - 610A4-25-221

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159890522233391
Posted Date: Dec 21, 2023
Due Date: Jan 5, 2024
Source: https://sam.gov/opp/aaac293bb2...
Follow
C1LZ--AE Install Gates at Fort Wayne Entrances - 610A4-25-221
Active
Contract Opportunity
Notice ID
36C25024R0058
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 21, 2023 03:41 pm EST
  • Original Response Date: Jan 05, 2024 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1LZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: PARKING FACILITIES
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    VA Northern Indiana Healthcare System 2121 Lake Ave Fort Wayne , IN 46805
    USA
Description
PURPOSE OF POSTING
In accordance with (IAW) Federal Acquisition Regulation (FAR) 36.601-1, the van ORTHERN Indiana Healthcare System is requesting SF 330s from AE firms wishing to be considered for a government contract for the upcoming project:

AE Install Gates at Fort Wayne Entrances 610A4-25-221
The Architect/Engineer (A/E) firm shall furnish professional services (including, Construction Documents, Technical Specifications, Statement of Conditions Drawings, Construction Administration, Construction SOW, site survey, design narrative/analysis, calculations, construction cost estimates, and sample boards in accordance with professional standard practices and VA criteria) to install gates at the Fort Wayne entrances. The project will install four new gates at the four entrances of Fort Wayne VA. All submissions will be according to A/E Submission Instructions for Project 610A4-25-221 Install Gates at Fort Wayne Entrances.
The work will take place at:
VA Northern Indiana Health Care System, Fort Wayne Campus, 2121 Lake Avenue Fort Wayne, IN 46805.
North American Industry Classification System (NAICS) Code 541310 is applicable to this posting.
This is a 100% set aside to Service-Disabled Veteran Owned Small Businesses (SDVOSB s) in accordance with Public Law 109-461.
Product Service Code (PSC) C1LZ is applicable to this posting.

APPRAISING FIRM S QUALIFICATIONS

IAW with FAR 36.603(b) & (c), to be considered for architect-engineer contracts, a firm must file with the appropriate office or board the Standard Form 330. These qualification statements will be classified with respect to the following:

Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The specific disciplines which will be evaluated are interior layout, electrical, structural, and space planning.

Specialized Experience and Technical Competence: specific experience and technical skill in the type and scope of work required, including, where appropriate, experience in interior layout and space use.

Capacity to Accomplish the Work: the general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated.

Specific experience/capabilities: of personnel proposed for assignment to the project and their record of working together as a team.

Past Performance: the past performance of the firm on contracts relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performance references older than 3 years will receive a lesser consideration than those references for projects accomplished within the past 3 years.

Geographic Location and Facilities of Working Offices: Location in the general geographic area of the project and knowledge of the locality of the project. The proximity of each firm which would provide the professional services and familiarity with the area in which the project is located will be evaluated. This criterion will apply to the offices of both the Prime Firm and any Consultants.

The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors.

SELECTION OF FIRMS

The evaluation board will review all of the firm s classifications and evaluate them IAW FAR 36.602-(1)(a) and VA Acquisition Manual (VAAM) M836.602-1. The evaluation board will recommend at least three (3) most highly qualified firms to the Selection Authority (VAAM M836.602-170). If approved by the Selection Authority, the evaluation board will move forward with IAW FAR 36.602-2(c)&(d) and M836.7101(b). If the final selection report is approved by the Selection Authority, the Contracting Officer will move forward and conduct negotiations IAW FAR 36.606 and VAAM 836.606.

Please send your qualifications statements to the contact referenced on page one. We will accept an electronic version.

At the time of submission of the SF330, the offeror must represent to the contracting officer that it is a
SDVOSB or VOSB eligible under the VA Acquisition Regulation (VAAR) subpart 819.70 - Office of Acquisition and Logistics (OAL) (va.gov);
Small business concern under the North American Industry Classification System (NAICS) code assigned to this acquisition; and
Certified SDVOSB/VOSB listed in the SBA certification database at https://veterans.certify.sba.gov/
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 21, 2023 03:41 pm ESTPresolicitation (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 >