Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2009 FBO #2645
SOLICITATION NOTICE

C -- A/E IDIQ 50,001.00 TO $1,000,000.00

Notice Date
2/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Chillicothe VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Chillicothe VA Medical Center;17273 State Route 104;Chillicothe OH 45601
 
ZIP Code
45601
 
Solicitation Number
VA-250-09-RP-0068
 
Response Due
3/5/2009
 
Archive Date
5/4/2009
 
Point of Contact
Beverly A JonesContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE ***THIS IS NOT A REQUEST FOR PROPOSALS.*** NO SOLICITATION PACKAGE OR BIDDER LIST WILL BE ISSUED. VISN 10 Contracting, Chillicothe, Ohio is seeking sources to provide Indefinite Delivery / Indefinite Quantity (IDIQ) Architectural/Engineering (AE) design services for multiple disciplines. 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. Architectural - Mechanical - Electrical - Structural - Civil - Landscape - Geotechnical -Surveying/Mapping - Interior Design - Hazardous Materials/Environmental Services (asbestos, lead survey) - National Environmental Policy Act - Historic Preservation - Energy - Cost Estimation. 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. Eligible firms and their subcontractors must be located within 200 miles of the Department of Veterans Affairs Medical Center, 17273 State Route 104, Chillicothe, Ohio as determined by online Map Quest Directions (www.mapquest.com). Primary services under this agreement be for VA Healthcare System of Ohio, (VISN 10) VA Medical Center Chillicothe and Community Based Outpatient (CBOC) locations, 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 one year periods to be exercised at the discretion of the Government, or until the maximum contract award amount is reached. 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 one contract to meet our requirements. 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 $50,001 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 $1,000,000.00 per task order. c. Total amount for all task orders under this contract shall not exceed $4,750,000.00, which is all inclusive of the base year and all option periods. The contract maximum is not a guaranteed amount. SIZE STANDARD/NAICS CODE: The NAICS code is 541310, Architectural Services. The Small Business Size Standard is $4.75 million gross annual revenue. This acquisition is for full and open competition, however, socio-economic status will be considered during evaluation. Interested AE firms 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 (Ohio). 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 addresses: 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. Socio-economic status is considered. 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 one contract to meet our requirements. 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 is 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 Beverly.Jones@va.gov. No hard copy documents will be submitted or allowed. Proposals must be received no later than 4:00 p.m. on March 5, 2009, in order to be considered. Following an initial evaluation of the qualification and performance data submitted by the AE firms 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 to their interview and proposal submitted and top AE firm will be selected for a contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5217e1d57d14c7d95e4b4f35a2216145&tab=core&_cview=1)
 
Record
SN01754044-W 20090222/090220214856-5217e1d57d14c7d95e4b4f35a2216145 (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.