Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOURCES SOUGHT

C -- C--Provide Architect/Engineeringmulti-disciplinary services

Notice Date
3/29/2007
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Rita Anderson (90C);Department of Veterans Affairs;North Texas Veterans Health Care Center;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA-257-07-RP-0032
 
Response Due
4/30/2007
 
Archive Date
6/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Provide Architect/Engineering multi-disciplinary services on an as needed basis under a single award indefinite-delivery, indefinite-quantity (IDIQ) contract, for the VA North TX Health Care System, 4500 S. Lancaster Road, Dallas TX 75216. Individual delivery orders will be placed against the contract for designated projects. Duration of the contract will be 7/1/07 to 6/30/08 or for one year from date of award if later. The contract includes options for a second year and third year. The number of individual delivery orders to be placed during the initial and option years is unlimited. Total amount of delivery orders for the entire contract period, including initial and option years, will not exceed $600,000. Individual delivery orders will not exceed $50,000. A minimum order of $1,000 is guaranteed on the contract and a delivery order will be placed at the same time as award of the IDIQ contract to meet the guaranteed minimum. Other than the minimum, the Government will not be bound to place any additional delivery orders under the awarded contract. Delivery orders may be performed at any of the VA owned or VA occupied properties within the north Texas area. Primarily, projects will be located at the Dallas VAMC, Bonham VAMC or the Fort Worth VA Outpatient Clinic. Delivery orders and project types will vary from simple to complex and from well defined to those requiring full development of design options. Information may be readily available or may require A/E to complete exhaustive investigative services. The nature of the projects will include, but not be limited to, interior renovation, and correction of facility or system deficiencies. The A/E firm will be capable of performing all necessary professional architectural and engineering functions required to accomplish assigned projects, with or without direct VA assistance. The A/E firm shall include a multidisciplinary design team capable of providing a variety of professional services. Design services may require architectural, interior design, civil, structural, MEP, Certified Industrial Hygienist, fire protection engineer, and AutoCAD drawings. Work may include but will not be limited to; project analysis and investigative reports, conceptual designs, contract documents (complete or abbreviated plans and specifications), asbestos abatement, site, exterior and interior layouts and designs, interior furnishings and finish schedules, project cost estimating and scheduling. Construction period services may require, but are not limited to, review of equipment, samples, mockups, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports, as-built drawings and digitizing of manual as-built drawings into AutoCAD. The A/E team shall possess a thorough working knowledge of VA standards, specifications and design criteria. The A/E will also possess a thorough working knowledge of all construction, Life Safety, and ADA codes, requirements, and standards. All specifications with the exception of specialized or outdated specifications, shall be edited VA standards. Current VA standards, specifications and design information may be accessed and downloaded on the Worldwide Web, VA Web Site @ vawww.va.gov. All contract drawings shall be produced on AutoCAD (Latest Version) for Windows NT. Compact Disks and mylars of drawings shall be provided. VA Standard AutoCAD layering Title blocks shall be utilized. All specifications and written documents shall be provided in Latest Verion of Microsoft Word for Windows. Any required scheduling shall be provided on Latest Version of Microsoft Project. To be considered for selection, A/E firms must meet the following minimum qualification requirements before evaluation criteria will be applied: A. Hospital experience required. B. Thorough working knowledge of VA standards, specifications and design criteria required. C. Servicing offices of prime A/E and all consultants must be located within 50 mile radius of Dallas, Bonham or Fort Worth Texas. D. Competition is limited to emerging small businesses. Upon meeting the minimum qualification requirements, A/E selection will be based on the following criteria: 1) Past performance which exhibits specialized experience and technical competence in the work to be performed. 2) Past performance which exhibits ability to design within the specified construction cost limitation and prepare accurate budgetary construction cost estimates. 3) Past performance and current methodology pertaining to quality controls methods used to ensure technical accuracy of work. 4) Past performance and current work status which exhibits capacity to accomplish work in the required time. 5) Professional qualifications of staff and consultants. Criteria 1, 2 and 3 are more important that Criteria 4 and 5. Criteria 1, 2 and 3 are equal in importance. Criteria 4 and 5 are equal in importance. In accordance with P.L. 600-656, this acquisition IS restricted to emerging-small businesses. NAICS 2002 Code 541310, Architectural Services, applies to this acquisition and the small business size determination is NTE $4.0 million in average annual receipts over the preceding three fiscal years. An emerging small business cannot exceed $2.0 million in average annual receipts over the preceding three fiscal years. Qualified A/E firms, are invited to submit Standard Form 330, Architect-Engineer Qualifications, IN TWO COPIES. Submission should be marked Attn: Rita Anderson (90C) at the above address, and is due by 4:30 p.m. local time, 4/30/07. E-mail submissions will not be accepted. This is not a request for proposals.
 
Place of Performance
Address: VA North Texas Care System;4500 S. Lancaster Road;Dallas, TX 75216
Zip Code: 75216
Country: USA
 
Record
SN01261986-W 20070331/070329220725 (fbodaily.com)
 
Source
FedBizOpps 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.