Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
MODIFICATION

C -- VISN 8 AE IDIQ

Notice Date
1/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;National Energy Business Center (VA-NEBC;4141 Rockside Road - Suite 110;Seven Hills OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA-776-10-RP-0122
 
Response Due
2/15/2010
 
Archive Date
4/16/2010
 
Point of Contact
Don Marsh
 
E-Mail Address
Contract Specialist
(donald.marsh2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE The Department of Veterans Affairs (VA) National Energy Business Center (NEBC) is seeking Architect / Engineering (A/E) firms to submit Standard Form-330 (Architect / Engineer Qualifications) per FAR 36.6 Architect and Engineering Services for an Indefinite Delivery / Indefinite Quantity (IDIQ) contract for A/E design services for multiple A/E disciplines for VA facilities in VISN 8 (Veterans Integrated Services Network). The VISN 8 facilities include the Bay Pines VA Healthcare System in Bay Pines, FL, the Miami VA Healthcare System in Miami, FL, the VA Caribbean Healthcare System in San Juan, PR, the James A. Haley Veterans' Hospital in Tampa, FL the Lake City VAMC, NF/SGVHS in Lake City, FL, the Malcom Randall VAMC, NF/SGVHS in Gainesville, FL, the Orlando VA Medical Center in Orlando, FL, the West Palm Beach VAMC in West Palm Beach, FL, VISN 8 Outpatient Clinics and Vet Centers in VISN 8. Full and open competition will be utilized. The NAICS Code is 541310, Architectural Services, and the Small Business Size Standard is $4.50 million gross annual revenue. A/E services may include planning and designing for VA energy projects to include, but not limited to, geothermal, co-generation, bio-mass, solar photovoltaic, wind turbine, utility metering, retro-commissioning, LEED-EB, renewable energy, feasibility studies, energy efficiency, water conservation and greening of the government projects. The following A/E disciplines may be required (but are not limited to) Architectural - Mechanical - Electrical - Structural - Civil - Landscape - Geotechnical - Surveying / Mapping - Interior Design - Hazardous Materials / Environmental Services (asbestos, lead survey) - National Environmental Policy Act (NEPA) - Historic Preservation - Energy - Cost Estimation. A/E design may include (but are not limited to) any combination of studies, investigations, surveying/mapping, tests, evaluations, consultations, comprehensive planning, program management, value-engineering, conceptual designs, schematic design, design development, construction documents, and bid & construction period services. Requirements will vary with each IDIQ task order and will be defined by separate scopes of work. A/E firms must be located within a 100 mile radius of at least one of the facilities in VISN 8 listed above and be fully A/E qualified and licensed in those States to be considered. It may be the A/E firms prime office or a branch office that is within this radius. This intended IDIQ contract will 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 of $7.50M is reached. A minimum of $25,000 will be guaranteed over the life of the contract including any exercised options. Each specific IDIQ task order shall be separately negotiated based on the A/E effort involved. The VA National Energy Business Center (NEBC) plans to award one contract to meet requirements, but reserves the right to make multiple awards. If acceptable SF-330 packages are received from Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) firms, the government reserves the right to set aside this procurement for SDVOSB or VOSB, or conduct discussions with the highest qualified SDVOSB or VOSB firms. Interested A/E firms must submit the following additional information on Part H of the SF-330: 1) PROPOSED MANAGEMENT PLAN: Provide a narrative description of your proposed management plan for conceptual design, design phases, and the construction phase for the identified requirements. 2) PREVIOUS EXPERIENCE OF PROPOSED TEAM: Describe project experience for the above identified energy projects and experience with healthcare facilities. Describe the team's experiences with issues unique to healthcare facilities related to Energy Systems, Water Efficiency and Renewable Energy. Address experience with the design and modifications of occupied facilities, development of conceptual designs, cost estimates and VA master specifications. VA master specifications are viewable online at http://www.cfm.va.gov/til/spec.asp. 3) PROPOSED APPROACH FOR HANDLING IDIQ FOR DESIGN: Describe proposed design philosophy. Address how your A/E firm will handle anticipated problems and potential solutions. 4) PROJECT CONTROL: Describe techniques planned to control (1) project management, (2) schedule, (3) quality and (4) costs. Describe the personnel responsible for these areas, including the project manager, and consultants. 5) ESTIMATING EFFECTIVENESS: Provide the estimates for the relevant projects that were listed in Part 19 of the SF 330, identifying the initial A/E construction budget, bid price of project, amount of change orders and percent of changes for the various major divisions (architectural, mechanical, electrical, structural, and civil). 6) SUSTAINABLE DESIGN: Describe your teams design philosophy, method and experience of implementing and controlling. Identify any projects using energy star, green or USGBC LEED or Green Globe standards that were listed in Part 19 of the SF 330. 7) MISCELLANEOUS EXPERIENCE AND CAPABILITIES: Address experiences from the projects listed in Part 19 of the SF 330 in regards to: (1) CADD and other computer applications; (2) value engineering; (3) life cycle cost analyses; (4) environmental; (5) historic preservation; (6) energy conservation; (7) new energy resources; and (8) Critical Path Management (CPM) and fast track construction. 8) INSURANCE AND LITIGATION: Address the types and amounts of liability insurance carried. Identify any and all litigation involvement over the last ten years and its outcomes. 9) LOCATION IN VISN 8: Identify on map and distance of A/E firm or branch office location relative to VISN 8 facilities listed above. Distance must be within a 100 mile radius of at least one of these VISN 8 facilities to be considered. A/E firms are required to submit the SF-330 and supporting documentation electronically via e-mail. The submission must include the SF-330, Architect/Engineer Qualifications (form is available on-line at http://vaww.va.gov/facmgt/ae/). Selection of the successful A/E firm(s) will be in strict compliance with FAR Part 36.6, FAR 36.602-1 Selection Criteria (Selection of firms for Architect-Engineering Contract) and VAAR 836.602-1 Selection Criteria for Architect and Engineer Contracts. Please email your information electronically to Donald.Marsh2@va.gov as a zip file the e-mail subject line of the e-mail must show "VISN 8 A/E Services # VA-776-10-RP-0122". No paper (hard) copy documents will be accepted. Any technical questions must be received by email only, and no later than February 8, 2010. Proposals must be received no later than 4:30 p.m. EST on February 15, 2010, in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9379c8388a044a05900949b6a6850d36)
 
Record
SN02044840-W 20100121/100119235137-9379c8388a044a05900949b6a6850d36 (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.