Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOURCES SOUGHT

C--C -- A/E IDIQ Services

Notice Date
11/4/2005
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Roseburg Healthcare System, Contracting Officer, (653/900/90C), 913 NW Garden Valley Boulevard, Roseburg, Oregon 97470-6513
 
ZIP Code
97470-6513
 
Solicitation Number
260-06-01541
 
Response Due
12/6/2005
 
Archive Date
1/5/2006
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
This is a total emerging small business set-aside. An emerging small business is defined as a small business concern whose size is no greater than 50% of the numerical size standard applicable to the NAICS Code assigned to this announcement. NAICS code for this announcement is 541310. The small business size standard is $4.0 million; therefore, the emerging small business size is $2.0 million. Provide Indefinite Delivery A/E design services to include any combination of field investigation, verification of requirements, conceptual design, contract documents & construction phase services, and post-construction services for projects (delivery task orders) yet to be defined within at the VA Roseburg VA Healthcare System (VAHRS). VARHS consists of a 400,000 gross square feet acute care VA Medical Center situated in Roseburg, Oregon. Four outpatient clinics located in Bandon, Oregon at 5,746 sq.ft., Brookings, Oregon at 3,370 sq.ft., two clinics in Eugene, Oregon-one on 100 River Avenue at 16,200 sq. ft. and another on 2400 River Road at 5,860 sq.ft. Delivery orders will be for renovation and refurbishment of existing facilities such as refurbishment of public spaces such as medical space, office space, waiting rooms, vending areas, to include walls, floors, ceilings, etc., and renovation of toilet facilities and offices. Furnishings and building accessories will not be included. Preliminary studies, long range planning and minor renovations to exterior walks, pavements and site structures as required to facilitate access might also be required. Services required will be architectural with other specialty engineering consults required, for mechanical, electrical, structural and civil. Requirements will vary with each delivery task order. Not all services may be used. Large complex requirements will be addressed separate from this contract. This contract shall be for one year from the date of award with options to extend the term of the contract for four (4) additional years. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost element, which are particular to the contract. For each project, the VA will issue a request for fee proposal that includes a scope of work. The fee proposal shall be based on pre-negotiated unit prices. Each specific delivery order shall be negotiated based on the A/E effort involved. The maximum A/E fee for each delivery tasks order shall not exceed $75,000.00. A minimum A/E fee of $500.00 over the life of the contract will be guaranteed should no work be ordered under this contract. The maximum contract amount including options years is $450,000. Specific evaluation factors, not in priority order shall be: 1) TEAM EXPERIENCE: The professional qualifications of the team proposed by the A/E will be considered for its collective ability to perform the require services. The team will be given particular attention for its overall coordination; previous experience with similar work, and its estimating capabilities. Individuals members of the team will be considered for their professional qualifications & experience relevant to the project. 2) HEALTHCARE EXPERIENCE: The specialized experience & technical competence by each member of the team in health care related work will be considered. Preference will be given to experience similar to that required by this work. 3) TECHNICAL EXPERIENCE: The experience of the individual member of the team with issues unique to the renovation & refurbishment of health care facilities will be considered. Also considered will be experience with the design of modifications to occupied facilities, development of conceptual designs, and estimates & specifications. 4) AVAILABILITY OF THE TEAM: The ability of all member of the team to respond to unscheduled delivery orders and multiple delivery orders will be considered. 5) GOVERNMENT EXPERIENCE: The past performance of all member of the team on contracts with government agencies as well as private industry will be considered. Special consideration will be given to proven performance in working with bureaucratic organizations, with non-standard codes and regulations, and will cost control. Quality of work and compliance with performance schedules. 6) CAD CAPABILITIES: Internet accessibility, and Computer Assisted Drafting (AutoCAD Release 2005 or newer), capabilities and the willingness to comply with local drafting criteria & standards will be considered. Graphic information will be provided to the A/E and returned to the VA in a VARHS standardized AutoCAD Release 2005 or newer format using compact disc media. A/E firms are required to respond in writing if interested & shall submit a two completed SF 330 (form available on-line at: http://vaww.va.gov/facmgt/ae/) and hourly rates for all disciplines to VA Roseburg VA Healthcare System, ATTN: Terry Albertus (90C), 913 NW Garden Valley, Blvd., Roseburg, Oregon, 97470. Emerging small business firm responding to this announcement no later than 4:00 p.m. on December 6, 2005, will be considered. Following an initial evaluation of the qualification & performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for interviews. Firms selected for interviews will be requested to present their approach for this work & demonstrate their experience. Contract award is subject to the availability of funds.
 
Place of Performance
Address: 913 NW Garden Valley Blvd.
Zip Code: 97470
Country: United States
 
Record
SN00926449-W 20051106/051104211848 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.