Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2007 FBO #1994
SOURCES SOUGHT

C -- Provide Open-End Architec and Engineering Services

Notice Date
5/11/2007
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Alexandria VA Medical Center;2495 Shreveport Highway;Pineville LA 71306
 
ZIP Code
71306
 
Solicitation Number
VA-256-07-RP-0020
 
Response Due
5/30/2007
 
Archive Date
7/29/2007
 
Small Business Set-Aside
N/A
 
Description
NAICS code 541310/$4.5M size standard applies to this acquisition. Seeking firm(s) to provide Architect/Engineering multi-disciplinary services on an as needed basis under a MULTIPLE AWARD indefinite-delivery, indefinite-quantity (IDIQ) contract, for the Alexandria Veterans Affairs Medical Center, 2495 Shreveport Hwy, Alexandria, LA 71306. Individual task orders will be placed against the contract(s) for designated projects. Duration of the contract will be 15 Jun 07 to 14 Jun 08, or for one year from date of award if later. The contract(s) includes options for a second and third year. The number of individual delivery orders to be placed during initial and option year(s) is unlimited. Total amount of delivery orders for the entire contract period, including initial and option years, will not exceed $400,000. Individual task orders will not exceed $100,000. (NOTE: Individual Task Orders expected to be under $50K will be reserved for emerging small business if applicable). A minimum order of $1,000 is guaranteed on the contract(s). Other than the minimum, the Government will not be bound to place any additional delivery orders under the awarded contract. Task orders performance will be for projects located at the Alexandria VAMC. Task orders and project types will vary from simple to complex and from well defined to those requiring full development of design options. Large Complex requirements will be addressed separate from this contract (i.e., Individual Task Orders that would exceed $100K). 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 A/E firm will be capable of performing all necessary professional architectural and engineering functions required to accomplish assigned projects, with or without direct VA assistance. The A/E firm shall include a multi-disciplinary design team capable of providing a variety of professional services. Design services may require architectural, interior design, civil, structural, mechanical, electrical, plumbing, Certified Industrial Hygienist, fire protection engineer, cost estimating 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 of manual as-built drawings into AutoCAD. The A/E team shall possess a thorough working knowledge of Veterans Affairs (VA) standards, specifications and design criteria. The A/E will also possess a thorough working knowledge of all construction, Life Safety, and Americans with Disabilities Act 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/facmgt/standard/index.asp. All contract drawings shall be produced on AutoCAD (Latest Version) for Windows NT. Compact Disks and mylars of drawings shall be provided. VA Standard AutoCAD layering Title blocks shall be utilized. All specifications and written documents shall be provided in Latest Version of Microsoft Word for Windows. Any required scheduling shall be provided on Latest Version of Microsoft Project. To be considered for selection, A/E firms must meet the following minimum qualification requirements before evaluation criteria will be applied: (A). Healthcare experience required. (B). Thorough working knowledge of VA standards, specifications and design criteria required. (C). Servicing offices of prime A/E and all consultants must be located within 200 mile radius of Alexandria, Louisiana. Upon meeting the minimum qualification requirements, A/E selection will be based on the following criteria: 1) Past performance which exhibits specialized experience and technical competence in the work to be performed. 2) Past performance which exhibits ability to design within the specified construction cost limitation and prepare accurate budgetary construction cost estimates. 3) Past performance and current methodology pertaining to quality controls methods used to ensure technical accuracy of work. 4) Past performance and current work status which exhibits capacity to accomplish work in the required time. 5) Professional qualifications of staff and consultants. Criteria 1, 2 and 3 are more important that Criteria 4 and 5. Criteria 1, 2 and 3 are equal in importance. Criteria 4 and 5 are equal in importance. Qualified A/E firms are invited to submit Standard Form 330, Architect-Engineer Qualifications, and IN FOUR COPIES. Submission should be marked Attn: Michael E. Lewis (90C) VA Medical Center PO Box 69004, 2495 Shreveport Hwy, Alexandria, LA 71306, and is due by 4:30 p.m. local time, 30 May 07. E-mail submissions will not be accepted. This is not a request for proposals.
 
Record
SN01292953-W 20070513/070511221023 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.