BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in West Milwaukee, Wisconsin. Contact the soliciting agency for additional information.

Architectural Design Services for Stand-Alone AE Contract (Project 695-22-109, ARC Flash Study) for Clement J. Zablocki VA Medical Center in Milwaukee, WI 53295 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 SF 330s for Architect Design Services. The Clement Zablocki VA Medical Center, Milwaukee, Wisconsin has a requirement for professional architectural and engineering (AE) services to perform an ARC Flash Study. AE consultant services shall be provided under a Firm-Fixed Price Stand-Alone AE Contract. The guaranteed minimum for this IDIQ is $10,000.00. The contract ceiling is $10,000,000.00. The order minimum is $2,000.00 and maximum is $2,000,000.00. Issuance of a task order shall not be processed until agreement has been reached by the Architect/Engineer and the Contracting Officer (CO). Work to be performed shall begin after the contract is awarded and NTP (Notice To Proceed) is given. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED. 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, VA Acquisition Regulation 836.6 and VA Acquisition Manual M836.6. MILEAGE RESTRICTION: in accordance with FAR 5.207(c)(13), this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) located within a 350-mile radius, within the U.S., of Clement J. Zablocki VA Medical Center, 5000 West National Avenue, Milwaukee, WI 53295. The 350-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: 166 days from NTP Contract Type: Firm-Fixed-Price: NAICS Code: 541310 Size Standard: $8 Million VETBIZ & SAM: in accordance with VAAR 819.7003, at the time of SF 330 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. EVALUATION FACTORS: selection criteria will be based on the following factors, in descending order of importance, in accordance with FAR 36.602-1 and VAAM M836.602-1. NOTE: Factors 1-4 will be rated with equal importance relative to each other; Factors 5-6 will be rated with equal importance relative to each other and Factors 7-9 will be rated with equal importance relative to each other. 1) Specialized experience and technical competence in the type of work required, including, where appropriate, experience with other ARC Flash Studies. 2) Professional qualifications necessary for satisfactory performance of required services; 3) Capacity to accomplish the work in the required time including; maintaining project schedules, maintaining project budgets, cost control effectiveness and estimating accuracy. 4) *Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, be sure to include all past performance for Department of Veterans Affairs; 5) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; 6) Location in the general geographical area of the project and knowledge of the locality of Clement J. Zablocki VA Medical Center, Milwaukee, Wisconsin. Area of consideration is restricted to firms located within a 350-mile radius; 7) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; 8) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and 9) Inclusion of service-disabled veteran-owned, veteran-owned, woman-owned, economically disadvantaged woman-owned, HUBZone, Section 8(a), small/disadvantaged, and small business consultant(s). *Offerors are advised that the Government may use all data provided by the Offeror and data obtained from other sources, including, but not limited to, Government wide databases, relying upon personal business experience with the Offeror, in assigning a rating for past performance. Past Performance information on contracts not listed by the Offeror, or that of planned sub-consultants, may also be evaluated. The Government may contact references provided by the Offeror, as well as any other source it identifies, and information received may be used in the evaluation of the Offeror s Past Performance. While the Government may elect to consider data obtained from other sources, the burden of providing current, accurate and complete Past Performance information rests with the Offeror. 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 SF 330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. SELECTION PROCESS: in accordance with FAR 36.6, SF 330s 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 SF 330 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. 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. Additionally, in order to comply with 38 USC 8127, by submission of an SF330 under this solicitation the offeror certifies that if awarded a contract it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Additionally, the offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. SUBMISSION REQUIREMENTS: A/E firms, which meet the requirements listed in this announcement, are invited to electronically submit the completed Standard Form (SF) 330 (one .pdf copy via email; size limit 10MB) no later than 17:00 Local Time, Friday, May 27, 2022. Electronic submission to be emailed to: Attn: Ryan McMillin RFI: 36C25222R0058 Ryan.McMillin@va.gov Acceptable electronic formats (software) for submission of SF 330 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) SF 330s 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 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. Questions may be directed only by e-mail to Ryan.McMillin@va.gov. VA Primary Point of Contact: Ryan McMillin, NCO 12 Contracting Officer, Ryan.McMillin@va.gov. The method of contractor selection has not been determined at this time.

Conceptual

Medical

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
221
Active Projects
106
Bidding Soon
2,652
All Active Projects
982
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

November 30, 2022

May 12, 2023

img_map_placeholder

5000 W National Ave, West Milwaukee, WI


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.