Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
SOLICITATION NOTICE

C -- AE IDIQ WEST BRANCH (TASK ORDERS UNDER 50K)(ROSEBURG/WHITE CITY/ANCHORAGE)

Notice Date
1/31/2008
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VISN20 Contracting (BLDG. 17);Roseburg VA Health Care System;913 NW Garden Valley Blvd;Roseburg OR 97470-6523
 
ZIP Code
97470-6523
 
Solicitation Number
VA-260-08-RP-0040
 
Response Due
3/1/2008
 
Archive Date
3/31/2008
 
Point of Contact
Terry Bentley Contract Specialist 541-440-1270
 
E-Mail Address
Email your questions to Contracting Officer
(TERRY.BENTLEY@VA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a total emerging small business set-aside for Architectural Engineering Services. 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, Architectural Services. The small business size standard is $4.5 million; therefore, the emerging small business size is $2.25 million gross annual revenue. Provide Indefinite Delivery / Indefinite Quantity (IDIQ) Architectural/Engineering (AE) design services for VISN20 West Acquisition Branch (Roseburg/White City/Anchorage). These services may include planning and designing for residential, institutional, leisure, commercial and industrial buildings and structures by applying knowledge of design construction procedures, zoning regulations, building codes and building materials. The following disciplines may be required under this contract and shall be provided as consultants to the lead architectural firm. - Mechanical - Electrical - Structural - Civil - Landscape - Geotechnical - Surveying/Mapping - Environmental Services (ACM/lead survey/Industrial Hygienist) The AE design may include any combination of studies, investigations, surveying/mapping, tests, evaluations, consultations, comprehensive planning, program management, value-engineering, conceptual designs, schematic design, design development, construction documents, bidding and construction period services. Delivery task orders will be primarily for renovation and refurbishment of existing facilities and may also include new construction. Primary services under this agreement will occur on Government medical facilities (listed below) and possible future Community Based Outpatient (CBOC) locations for the VISN20 West Acquisition Branch, and could also include design services for the various components and services delivered by the Department of Veterans Affairs. Requirements will vary with each delivery task order and will be defined by separate scopes of work for each request. Large complex requirements will be addressed separately from this contract. CONTRACT PERIOD: 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 (5 years total). Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements, which are particular to the contract. For each project, the VA will issue a request for AE fee proposal that includes a scope of work for that requirement. 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. VA plans to award multiple contracts to meet our contract requirements (estimate at least two contract awards, one covering Oregon VA Facilities (Roseburg/White City) and a second covering Alaska VA Facilities (Anchorage). The AE selected for Anchorage Alaska VA requirements must have an office located in Anchorage, Alaska. The AE selected for the Oregon VA Facilities (Roseburg/White City) must have an office in Oregon, preferably within 200 miles of each VA facility. MINIMUM/MAXIMUM ORDER LIMITATION: In accordance with the performance of services under this contract, the A/E firm shall be paid for the various parts of the work in the amounts as follows: a. Minimum: Individual task orders of $1,000 to $50,000 per task order and a guaranteed minimum of $100,000 for the entire contract period (including options). b. Maximum: Individual task orders shall not exceed $50,000.00 per task order and the total value of awarded task orders in any given year (base year or option years) shall be $900,000.00. c. Total amount for all task orders under this contract shall not exceed $4,500,000.00 The yearly maximum and contract maximum are not guaranteed amounts. SIZE STANDARD/NAICS CODE: The NAICS code is 541310, Architectural Services, size standard of $4.5 million gross annual revenue. This acquisition is for set-aside for emerging small businesses only. LOCATIONS: A/E services may be required at the following VA locations under this contract: OREGON VA FACILITIES: VA Roseburg Healthcare System (approx. 400,000 sq.ft.) 913 NW Garden Valley Blvd. Roseburg, OR 97470 VA Outpatient Clinic (16,200 gross square feet) 100 River Avenue Eugene, OR 97404 VA Community Reintegration Service Center (5,860 gross square feet) 2400 River Road Eugene, OR 97404 VA Community Based Outpatient Clinic (5,746 gross square feet) 1010 First Avenue, SE Bandon, OR 97411 VA Community Based Outpatient Clinic (3,370 gross square feet) 555 5th Street Brookings, OR 97415 Eugene Vet Center (3,266 gross square feet) 1255 Pearl Street, Suite 200 Eugene, OR 97401 VA Southern Oregon Rehabilitation Center & Clinics (800,000 gross square feet) 8495 Crater Lake Highway White City, Oregon 97503 Grant's Pass Vet Center (2,880 NUSF) 211 SE 10th St Grants Pass OR 97526 Klamath Falls Community Based Outpatient Clinic (3,995 NUSF) 2819 Dahlia St. Klamath Falls OR 97601 ALASKA VA FACILITIES: Outpatient Clinic & Regional Office 2925 DeBarr Road Anchorage, AK 99508 83,000 sf (leased) Domiciliary & Veterans Industries 3001 C Street Anchorage, AK 40,000 sf (owned) Administrative Space 3101 Penland Parkway Anchorage, AK Up to 40,000 sf (leased) Transitional Housing 932 & 944 E. 12th Street Anchorage, AK 13,800 sf (owned) Transitional Housing 709 N. Hoyt Street Anchorage, AK 4,500 sf (owned) New Facility (under construction) 1201 N. Muldoon Anchorage, AK 184,000 sf (owned) Interested AE firms who are emerging small businesses must address the following evaluation factors for the request for proposals: Specific evaluation factors, not in priority order shall be: 1) TEAM EXPERIENCE PROPOSED FOR THIS CONTRACT: The professional qualifications of the team proposed by the A/E will be considered for its collective ability to perform the required services. The Architect must be registered in the state they will provide design services (Oregon and Alaska). The team will be given particular attention for its overall coordination; previous experience with similar work, and its estimating capabilities. Individual members of the team will be considered for their professional qualifications and relevant healthcare experience. Evaluation of their background of the following personnel: project manager, key personnel and consults. 2) PROPOSED MANAGEMENT PLAN: Team organization and address how the team address: a) conceptual design; b) design phases and c) construction phase. 3) PREVIOUS EXPERIENCE OF PROPOSED TEAM: Address project experience related to healthcare work. The specialized experience and 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. Address the team experiences with issues unique to the renovation and refurbishment of health care facilities. Address experience with the design and modifications of occupied facilities, development of conceptual designs, and cost estimates and VA master specifications. 4) LOCATION AND FACILITIES OF WORKING OFFICE: Address how the locations of the AE firm prime offices and consultants. Address how the AE firm will respond to requirements in meeting design requirements, as well as unscheduled needs that come up during construction. Address AE team site visit costs. VA plans to award multiple contracts to meet our contract requirements (estimate at least two contract awards, one covering Oregon VA Facilities (Roseburg/White City) and a second covering Alaska VA Facilities (Anchorage). Address the ability of all members of the team to respond to the demands of the various delivery orders to be placed with the AE firm. 5) PROPOSED APPROACH FOR HANDLING MULTIPLE DELIVERY ORDERS FOR DESIGN & QUALITY CONTROL: Address proposed design philosophy. Address how the AE firm will handle anticipated problems and potential solutions. Address how AE firm and consultants shall provide quality control for each task order. 6) PROJECT CONTROL: Describe techniques planned to control the schedule and costs. Describe the personnel responsible for schedule and cost estimation. Describe experience with RS means and cost/estimating tools. 7) ESTIMATING EFFECTIVENESS: Prove ten most recent bid projects, identifying your initial AE construction budget, bid price of project, amount of change orders and percent of changes for the various major divisions (architectural, mechanical, electrical, structural, civil). 8) SUSTAINABLE DESIGN: Describe your teams design philosophy and method of implementing. Identify any projects using green or LEEDS standards. 9) MISCELLANEOUS EXPERINECE AND CAPABILITIES: In this section, offers should address the following experience: a) interior design; b) CADD and other computer applications; c) value engineering and life cycle cost analyses; d) environmental and historic preservation considerations; e) energy conservation and new energy resources and f) CPM and fast track construction. 10) AWARDS: Address any awards received for design excellence. 11) INSURANCE AND LITIGATION: Address the type and amount of liability insurance carried. Identify any litigation involvement over the last ten years and its outcomes. A/E firms are required to submit their proposals electronically. The proposal must include SF 330, Architect/Engineer Qualifications (form available on-line at: http://vaww.va.gov/facmgt/ae/), current hourly rates for all disciplines submitted, and address all evaluation criteria. Please email your information electronically as a zip file to Terry.Bentley@va.gov No hard copy documents will be submitted or allowed. Proposals must be received no later than 4:00 p.m. on March 1, 2008, in order to be considered. Following an initial evaluation of the qualification and performance data submitted by the AE firm 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 and demonstrate their experience. Each AE firm will be ranked according their interview and proposal submitted and top AE firms will be selected for contract. VA plans to award multiple contracts to meet our contract requirements (estimate at least two contract awards, one covering Oregon VA Facilities (Roseburg/White City) and a second covering Alaska VA Facilities (Anchorage).
 
Record
SN01497262-W 20080202/080131224212 (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.