Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2008 FBO #2384
SOLICITATION NOTICE

C -- A/E IDIQ for VA New England HealthCare System, VISN 1

Notice Date
6/4/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Providence VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA-241-08-RP-0275
 
Response Due
7/8/2008
 
Archive Date
9/6/2008
 
Point of Contact
Jodi RuggieroContracting Officer
 
Small Business Set-Aside
N/A
 
Description
1. INTRODUCTION: The VA New England HealthCare System (VISN 1) has a requirement for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to provide professional Architect/Engineer Services throughout the New England area. The VA facilities included in this requirement are: (1) VA Medical Center, Togus, Maine; (2) VA Medical Center, White River Junction, Vermont; (3) VA Medical Center, Manchester, New Hampshire; (4) VA Medical Center, Northampton, Massachusetts; (5) Edith Nourse Rogers Veterans Memorial Hospital, Bedford, MA; (6) VA Boston Health Care System, MA, including the Brockton Campus, the Jamaica Plain Campus, and the West Roxbury Campus; (7) VA Medical Center, Providence, RI; (8) VA Connecticut Health Care System, including the West Haven Campus, and the Newington Campus; (9) VA Allocation Resource Center, Braintree, MA; (10) any Community Based Outpatient Clinics located within VISN 1; and (11) any other VA facility and/or location within the New England HealthCare System. 2. CONTRACT INFORMATION: VISN 1 intents to accomplish multiple award, indefinite delivery, indefinite quantity multi-disciplined contracts as a result of this call for qualifications. The attached submission sheet identifies the categories available for these contracts. Interested firms shall complete the attached submission sheet to identify areas for consideration. Note that projects under $50,000.00 will be set-aside for emerging small businesses. Small businesses and large businesses will not be eligible for task orders for projects under $50,000. The applicable NAICS code is 541330 with a size standard of $4.5 million. An emerging small business is defined as a small business concern whose size is no greater than half (50%) of the applicable size standard. To be considered an emerging small business, firms cannot exceed $2.25 million gross annual revenue. Projects over $50,000 are not subject to the emerging small business set-aside. The awarded contracts shall have a guaranteed minimum contract amount of $5,000, and shall be limited to a maximum contract amount of $4,500,000.00 each. No individual task order will not exceed $1,000,000. The total duration of the resulting contracts will be a base year, with four (4) one (1) year options to extend and shall not exceed five (5) years. The Government reserves the right to make multiple awards to emerging small businesses and other size businesses as well. The Government also reserves the right to exercise the option(s). THE AREA OF CONSIDERATION IS RESTRICTED TO 200 MILES OF EACH FACILITY IDENTIFIED IN THIS NOTICE. Firms must be registered in the Central Contractor Registration (CCR). Visit www.ccr.gov to register in this database. Additionally, firms are encouraged to complete the On-line Representations and Certifications at www.orca.gov. 3. PROJECT INFORMATION: Provide professional multi-disciplined Architect/Engineer Services to include, but not limited to, site investigations; analysis; design; preparation of specifications and drawings; preparations of cost estimates; construction period services; preparation of as-build record drawings; site visits during construction; commissioning; safety, industrial hygiene, fire safety and environmental management (GEMS) services; and the services of resident engineers on site at the facilities to perform project management and inspection services. The following disciplines may be required under these contracts: Architecture; Heating, Ventilation, Air Conditioning and Refrigeration; Plumbing; Fire Protection; Steam Generation; Electrical; Structural; Geotechnical; Site Development; Utilities; Environmental; and Resident Engineering/Construction Management. Each A/E design task order award may include any combination of studies; investigations; tests; evaluations; consultations; comprehensive planning; program management; conceptual designs; schematic designs; design development; construction documents; bidding and construction period services; and commissioning. Each requirement will be identified by a scope of work to accompany a request for proposal for a task order. Hourly rates per discipline will be negotiated for each contract, as well as overhead and profit. Level of effort will be negotiated for each task order. 4. SELECTION CRITERIA: A. Professional qualifications to perform the services required: (1) Registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Architecture; Civil Engineering; Structural Engineering; Environmental Engineering, Electrical Engineering; Mechanical Engineering; Fire Protection Engineering; and Resident Engineering/Construction Management. (2) Ability to perform design work with in-house personnel and within prescribed project budgets. (3) Professional qualifications of consultants to provide necessary technical work for the design beyond the capability of the firms in-house personnel. B. Specialized experience and technical competence: (1) Ability to perform specialized design and engineering services for healthcare facilities with in-house personnel and/or consultants; (2) Demonstrated experience in green building design (2) Ability to perform quality assurance, commissioning, and inspection services. C. Capacity to accomplish the work in the required time: (1) Demonstrated compliance with performance schedules; (2) Adherence to timelines for deliverables; (3) The ability to meet unusual time constraints; (4) Methods of project management; D. Past record of performance in terms of cost control, quality of work, and compliance with performance schedules: (1) Past record of performance on AE design projects with estimated construction costs ranging from $100,000 to $10,000,000. (2) Provide examples of demonstrated compliance in cost control through consistent use of the most cost-effective designs to meet project requirements; (3) Provide examples of quality of work with other Government agencies and private sector clients as demonstrated by a history of minimal change orders during both design and construction, and through long term relationships and repeat business with customers; (4) Provide examples demonstrating effective internal quality control procedures ensuring technical accuracy and coordination of disciplines; (5) Show how the firm has responded to urgent requirements based on a national emergency or other urgent situation. 5. SUBMISSION REQUIREMENTS: Firms desiring consideration are invited to submit a SF-330 (Part I and II) and four copies, along with proof of errors and omissions insurance; supporting documentation of meeting the geographic location requirements; and the areas of consideration checklist, prior to the close of business on July 3, 2008. Documents shall be annotated with the solicitation number VA-241-08-RP-0275 and sent to the Contracting Officer, Jodi Ruggiero, VA Medical Center, 830 Chalkstone Avenue, Building 5, Providence, RI 02908. Faxed submissions will not be accepted. All inquires shall be submitted in writing. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=edac7afc877b338a949c01ce64afb5b6&tab=core&_cview=1)
 
Record
SN01586691-W 20080606/080604215902-387bd0edc58260ae69e4d19415722e0a (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.