Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
MODIFICATION

C -- Architect Engineering IDIQ

Notice Date
5/1/2007
 
Notice Type
Modification
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (001C);5600 W. Dickman Road;Battle Creek MI 49015
 
ZIP Code
49015
 
Solicitation Number
VA-251-07-RP-0037
 
Response Due
5/30/2007
 
Archive Date
6/29/2007
 
Point of Contact
Scott Brennan Contract Specialist 269-660-3075
 
E-Mail Address
Email your questions to SCOTT BRENNAN, CONTRACT SPECIALIST
(SCOTT.BRENNAN2@VA.GOV)
 
Description
The Battle Creek Michigan VA Medical Center is seeking an Architect/Engineering firm capable of providing multi-discipline design services on an as-needed basis under a fixed price, indefinite-delivery, indefinite quantity (IDIQ) contract. Services will be required for an undetermined number of projects of varying size and complexity within the Veterans Integrated Service Network 11 (VISN 11) with primary responsibilities to the VA Medical Center in Battle Creek MI. The A-E Indefinite Delivery Indefinite Quantity contract may be utilized by all Medical Centers (Battle Creek, Ann Arbor, Detroit, Saginaw, Marion, Danville, Fort Wayne, and Indianapolis) within the VISN 11 network. Individual delivery orders will be issued against the contract for designated projects. Duration of the contract will be from Oct 01, 2007 to September 30, 2008 with four (4) option years. A single award Indefinite Delivery Indefinite Quantity contract is anticipated. Selected A-E team will be comprised of the following disciplines: architecture, interior design, structural, civil, mechanical, plumbing, electrical, fire protection, and industrial hygiene, or as may be required by the Government for open-ended multi-disciplinary projects. Services include, but are not limited to: Schematic Phase: shall include but not be limited to making investigations, collecting data, performing analyses, making presentations and conducting other fact finding studies as might be necessary to support the design of the system project. This shall include making economic analysis and feasibility studies and developing scopes for programmed projects. Services may also include additional consultant services as necessary based on specific project scope.Design Development Phase: shall include engineering calculations and analyses, complete design, and statements of probable cost. Construction Documents: shall provide complete detailed construction documents of such quality and completeness as to be competitively bid by contractors. Construction Phase: shall include all personnel, equipment and materials necessary to perform all material data and shop drawing reviews, complete construction compliance inspection and material testing as required in the construction documents. Products may include studies, conceptual-schematic development, 50% and 100% design development with updated as-built drawings on mylar. All construction drawings must be provided in AutoCAD format (latest version) for Windows XP most current version. Standard AIA AutoCAD layering title blocks shall be utilized. All specifications and written documents shall be provided in most recent version of Microsoft Word for Windows. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements, which are particular to the contract. The VA will provide a specific scope of work for each delivery order along with a request for the A-E to prepare a fee proposal. Fee proposals shall be based on pre-established unit prices for all engineering disciplines. Unit prices for unique services not included in the original negotiation will be negotiated on a case by case basis with each delivery order. The total amount that may be paid under this contract (including all option years) shall not exceed $10,000,000. Individual task orders shall not exceed $250,000. A minimum fee of $5,000.00 over the life of the contract will be guaranteed should no work be ordered under this contract. The following Evaluation Criteria will be used during the A-E Selection Process: (1) Professional Qualifications: The qualifications of the individuals which will be used for these services will be examined for experience and education. The specific disciplines which will be evaluated are Civil, Mechanical, Electrical, Structural, and Environmental Engineers, as well as Architects, Estimators, Specification Writers, Surveyors, and Draftsmen. (2)Capacity to Accomplish the Work: No unreasonable design deadlines are anticipated, however, the general work load and staffing capacity of the design office will be evaluated. The firm's ability to respond to the needs of the client especially in performing site investigation and in determining customer needs will also be evaluated under this category. (3) Past Performance: The past performance of the firm on hospital type projects for Federal Government entities including Veterans Administration, state and local agencies, and private business concerns will be examined (references required). (4)Specialized Experience: This contract is expected to incorporate a wide range of various types of projects, the experience of the firm and its' consultants in a multitude of project types will be evaluated. Specific experience with HVAC design, paving design, fire detection and suppression system design, roofing designs, electrical system designs, power plant knowledge of the locality and facility rehabilitation designs will be evaluated. (5)Recovered Materials: Demonstrated success in prescribing the use of recovered materials, and using waste reduction and energy efficiency in facility design. (6) Reputation: Standing of the firm and its principal officials with respect to professional performance, general management and cooperation. (7) Claims: Record of significant claims against the firm because of improper or incomplete engineering services. (8) Location of Design Office: The geographic proximity of each firm to the Battle Creek Area will be evaluated. This criterion will apply to the office from which the majority of the design services will be performed. The NAICS Codes are 541310 and 541330. Internet accessibility and Computer Assisted Drafting (AutoCAD Release 2004) 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 2004 format using compact disc media. A-E firms are required to respond in writing if interested & shall submit two (2) completed SF Form 330 (form available on-line at: http://vaww.va.gov/facmgt/ae).Submission information incorporated by reference is not allowed. The total number of sheets for a single submission will not exceed 50 (equals 100 pages printed both sides). All submissions must be bound in some manner (spiral, binder, etc). Mail to the Department of Veterans Affairs, VA Medical Center, 5600 W. Dickman Rd., Bldg 145 - Room 107, Battle Creek, MI 49015, Attn: Scott D. Brennan, by 4:30 PM local time on May 30, 2007. After the evaluation of submissions in accordance with Brooks Act criteria, three or more firms shall be considered to be the most highly qualified and will be chosen for interviews to present their approach, experience, and capabilities to arrive at selection of the number one firm.The Government will not pay nor reimburse any costs associated with responding to this sources sought synopsis request. Award is contingent upon the availability of funds.
 
Record
SN01284723-W 20070503/070501220449 (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.