Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 11, 2001 PSA #2849
SOLICITATIONS

C -- OPEN-END CONTRACT FOR ARCHITECT AND ENGINEERING SERVICES- CONSTRUCTION

Notice Date
May 9, 2001
Contracting Office
Contracting Officer (90C), Department of Veterans Affairs, North Texas Health Care System, 4500 South Lancaster Road, Dallas, TX 75216
ZIP Code
75216
Solicitation Number
RFP-549-61-01
Response Due
June 18, 2001
Point of Contact
Barbara Giddens, 214- 857-0597
Description
Provide Architectural / Engineering services to perform investigative, design and construction period services on an as needed basis under this indefinite-delivery, indefinite-quantity (IDIQ) contract. Award will be made to one contract. Individual delivery orders will be placed against the contract for designated projects. Duration of the contract will be for one year from date of award with 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 $450,000. Individual delivery orders will not exceed $50,000 and a minimum order of $1,000 is guaranteed. Other than the minimum, the Government will not be bound to place any additional orders under the 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 selected A/E firm will be capable of performing all necessary professional architectural or engineering functions required to accomplish assigned projects, with or without direct VA assistance. The A/E firm selected 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 manual as-built drawings into AutoCAD. The team 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 @ www.va.gov. All contract drawings shall be produced on AutoCAD version 2000 for Windows NT and will be dimensioned in both English and metric. Standard AIA AutoCAD layering Title blocks shall be utilized. All specifications and written documents shall be provided in Microsoft Word 97 for Windows. Any required scheduling shall be provided on Microsoft Project 4.0 version. Firms must meet minimum requirements before evaluation criteria will be applied. Minimum requirements are that prime and consulting A/E's servicing offices must be located within a 100-mile radius of Dallas, Bonham or Fort Worth. Upon meeting the minimum requirements, A/E selection will be based on the following criteria and maximum point values are shown to reflect relative importance: 1) Past performance and current methodology pertaining to quality control methods used to ensure technical accuracy of work, a thorough working knowledge of VA standards, specifications and design criteria is preferred, maximum 75 pts; 2) Past performance which exhibits specialized experience and technical competence in work to be performed, hospital experience is preferred, maximum 50 points; 3) Past performance which exhibits ability to design within budgeted cost limitation and prepare accurate and highly detailed construction cost estimates, max 50 points; 4) Professional qualifications of staff and consultants, maximum 45 pts; 5) Past performance and current work status which exhibits capacity to accomplish work in the required time, maximum 40 pts. In accordance with P.L. 100-656, this acquisition IS restricted to emerging-small businesses. North American Industry Classification System(NAICS)Code is 541310, Architectural Services, and applies to this acquisition. The small business size determination is NTE $4 million in average annual receipts over the preceding three fiscal years. An emerging small business' receipts may not exceed $2 million. A/E firms which meet the requirements of this announcement, and are emerging small businesses, are invited to submit (1) Standard Form 254, Architect-Engineer and Related Services Questionnaire, and (2) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, in five copies. Submission should be marked Attn: Barbara Giddens (90C) at the above address, and are due by 4:30 p.m. local time, 18 Jun 01. This is not a request for proposals. Note 24 applies.
Record
Loren Data Corp. 20010511/CSOL002.HTM (W-129 SN50L6V9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 9, 2001 by Loren Data Corp. -- info@ld.com