Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2010 FBO #3035
SOURCES SOUGHT

C -- VISN 11 A/E IDIQ (ANN ARBOR,SAGINAW, DETROIT, BATTLE CREEK )

Notice Date
3/15/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
VA MEDICAL CENTER (90CSC);1481 WEST TENTH STREET;INDIANAPOLIS, IN 46202;ATTN: CRAIG EARLES
 
ZIP Code
00000
 
Solicitation Number
VA-251-10-RP-0018
 
Response Due
4/13/2010
 
Archive Date
7/21/2010
 
Point of Contact
CRAIG EARLES, CONTRACTING OFFICER
 
E-Mail Address
Supr. Contract Specialist
(craig.earles@va.gov)
 
Small Business Set-Aside
N/A
 
Description
1. The VISN 11 Contract Service Center is advertising for a Multiple Award, Indefinite Delivery - Indefinite Quantity, multi-discipline contract for Architect-Engineer (A-E) Services. Services will be required for the following Michigan VA facilities: Ann Arbor, Battle Creek, Detroit, and Saginaw. The selected A-E firm shall provide professional A-E services for various VA projects as required. The following A-E disciplines are expected to be required during the course of the contract: architecture, structural, civil, mechanical, plumbing, landscaping, electrical, fire protection, industrial hygiene, interior design, surveys, or other A-E services as defined by FAR Part 36.601-4 that may be necessary. Task orders may include, but are not limited to: 1) Schematic Phase: to include but not limited to making site investigations, collecting data, performing analyses, making presentations and conducting other fact finding studies as might be necessary to support the design of the project. This may include economic analysis and feasibility studies and developing scopes for programmed projects. Services may also include additional consultant services as necessary based on specific project scope. 2) Design Development: may include engineering calculations and analyses, complete design, and statements of probable cost. 3) Construction Documents: to provide complete detailed construction documents for final review that are of such quality and completeness that they can be competitively bid by contractors. 4) Bid Documents: to provide completed detailed, signed and sealed bid documents for issuance to prospective contractors. 2. This is a request for SF 330's Architect-Engineer Qualifications packages only. 3. The maximum cumulative A-E fees under any resultant contract(s) shall not exceed $20 million dollars, which is inclusive of a base year and four (4) one-year option periods which may be awarded at the sole discretion of the Government. Maximum fee for each task order shall not exceed $1 million dollars. The maximum cumulative awards to any single A-E firm is $5 million dollars over the life of the contract. The minimum guarantee for the entire contract term is $1,000 per awarded contract. The VA will provide a specific scope of work for each delivery order along with a request for the A-E to prepare a fee proposal. Fee proposals shall be based on pre-established unit prices for all engineering disciplines. Unit prices for unique services not included in the original negotiation will be negotiated on a case by case basis with each delivery order. The award of the initial task order will satisfy the minimum guarantee for the entire contract term (including option years). Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Eligible firms must have an office located within 300 miles from Byron, Michigan (the epicenter of the four medical centers). The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services, 541330 Engineering Services, and 541320 Landscape Architectural Services. The Small Business size standard is for these NAICS codes are $4.5 million, $4.5 million, and $7 million, respectively, in average annual receipts for the past three years. The A-E selection criteria shall include the following elements (a) through (l), not necessarily listed in order of importance or merit: a) Professional qualifications necessary for satisfactory performance of required services; b) Specialized experience and technical competence in the types of work required, including experience in energy conservation, pollution prevention, waste reductions, and the use of recovered materials; c) Professional capacity of the firm to accomplish the work in the required time; d) Past performance in terms of cost control, quality of work, and compliance with schedules; e) Location in the geographical area of the project, Working office shall be located within a 300 mile radius of Byron, Michigan; f) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; g) Record of significant claims or litigation against the firm because of improper or incomplete architectural and engineering services in the past five years; h) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team; i) Specialized experience with healthcare related designs in a hospital setting; j) Comparison of estimate to final bid on at least ten recent projects; k) Knowledge of VA design standards, technical manuals, and specifications; l) Existing workload that may limit A-Es capacity to perform project work expeditiously. 4. THIS IS NOT A REQUEST FOR PROPOSAL. Any requests for a solicitation will not receive a response. No material will be issued and no solicitation package or bidder/plan holder list will be issued. There is no socio-economic set-aside associated with this advertisement and therefore this acquisition is open to all firms meeting the qualifications. Qualified A-E firms are required to respond in writing if interested and shall submit six (6)completed SF Form 330 packages (form available on-line at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF). Submission of information incorporated by reference is not allowed. All submissions must be bound in some manner (spiral, wire, binder, etc). Mail all submissions to: Department of Veterans Affairs Medical Center (90CSC), 1481 West Tenth Street, Indianapolis, IN 46202, Attn: Craig Earles, Contracting Officer. Information shall be submitted no later than 4:30 PM local time on April 13, 2010. Telephone inquires will not be honored. No faxed or emailed forms/submissions will be accepted. 5. This acquisition is for Architect-Engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A 'short list' of a maximum of 8 firms deemed most highly rated after initial source selection will be chosen for interviews. It is expected that task order contracts shall be awarded to a minimum of four (4)firms deemed most highly qualified after interviews. The Government will not pay, nor reimburse, any costs associated with responding to this sources sought request. The Government is under no obligation to award a contract as a result of this sources sought announcement. Award of any resultant contract is contingent upon the availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA-251-10-RP-0018/listing.html)
 
Place of Performance
Address: VA MEDICAL CENTERS - ANN ARBOR, MI; BATTLE CREEK,;MI; DETROIT, MI; SAGINAW, MI
Zip Code: 48105
 
Record
SN02092131-W 20100317/100315234514-26324f90568fb2b80cd06a5bcd29bce7 (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.