SOLICITATION NOTICE
C -- OPEN ENDED IDIQ A&E CONTRACTS
- Notice Date
- 3/26/2010
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA-255-10-RP-0240
- Response Due
- 5/10/2010
- Archive Date
- 8/8/2010
- Point of Contact
- BILLIE JO CHERICO
- E-Mail Address
-
BILLIE.CHERICO@VA.GOV
(BILLIE.CHERICO@VA.GOV)
- Small Business Set-Aside
- N/A
- Description
- Description:Provide Architect/Engineering multi disciplinary services on an as needed basis for various projects within VA Heartland Network 15. The VA Heartland Network is composed of VA Medical Centers at Poplar Bluff, Missouri; Marion, Illinois; St. Louis, Missouri (two Medical Centers); Columbia, Missouri; Kansas City, Missouri; Leavenworth, Kansas; Topeka, Kansas; and Wichita, Kansas. The intent is to award an adequate number of Indefinite Delivery Indefinite Quantity (IDIQ) contracts to meet the needs of VISN 15. Each contract will be for a period of one (1) year with up to four (4) additional option years. Task orders may range from $3,500 - $1,000,000 each, with a maximum award amount of $1,000,000.00 per year. Area of consideration is restricted to firms who have an established working office within a 50 mile radius of the Medical Center(s) you choose to work with the exception of Marion, Illinois, Columbia and Popular Bluff, Missouri. For these three locations, you must have an established working office within a 150 mile radius of the Medical Center. Delivery orders and project types will vary from simple to complex and from well defined to those requiring full development of design options. The A/E and Engineering firms shall include a multidisciplinary design team capable of providing a variety of professional services. Design services may require Architectural, Interior Design, Structural, HVAC, Plumbing, Civil, Electrical, Certified Industrial Hygienist, Registered Fire Protection Engineer, Landscape Architect, Estimator, Lean Consultants, Green/Lead requirements; and AutoCAD drawings. Work may include but is not limited to: project analysis and investigative reports; conceptual designs; contract documents (complete or abbreviated plans or specifications); energy audits; asbestos abatement; lead removal; mold remediation; site visits; exterior and interior layouts and designs; interior furnishings; and finish schedules; Line Safety (Statement of Conditions) Studies, project cost estimating (cost estimating in MEANS will be required for all projects) and scheduling on an-as-needed basis under firm fixed priced delivery orders. The Architect and Engineering firms shall also possess a thorough working knowledge of construction, Life Safety, NFPA and ADA code requirements and standards. Construction period services may be required, but are not limited to, review of equipment samples, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports, as built drawings and digitizing as-built drawings into AutoCAD (Version 2000 or newer). All contract drawings shall be produced on AutoCAD for Windows. Compact Disks and Mylar's of drawings shall be provided.VA Standard AutoCAD layering Title blocks shall be utilized. All specifications and written documents shall be provided in Microsoft Word for Windows. The following will be the evaluation criteria: 1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. 2) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. 3) Professional capacity of the firm, in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workloads that may limit A/E's capacity to perform project work expeditiously. 4) Past record of performance on contracts with the Department of Veterans Affairs. This factor may be used to adjust scoring for any unusual circumstances that be considered to deter adequate performance by an A/E. 5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. 6) Demonstrated success in prescribing the use of recovered materials and energy efficiency in facility design. 7) Inclusion of small business consultant(s), and/or minority owned consultant(s), and/or women owned consultant(s), and/or veteran owned consultant(s), and/or disadvantage veteran owned consultant(s), and/or HUBZone consultant(s). Any Large Business Concern that receives an award will be required to submit a Sub-Contracting Plan for approval. NAICS Code 541310 and 541330 apply to this acquisition. This acquisition is "Unrestricted". All firms are required to register at the Central Contractor Registration (CCR) website located at http://www.ccr.gov. All interest Veteran-Owned Small Business Concerns and Service-Disabled Veteran-Owned Small Business Concerns must be registered with VetBiz which can be found at http://www.vip.vetbiz.gov/. Interested firms shall submit a fully executed Standard Form 330, in PDF format on disc. BE SURE TO SEND 10 COPIES OF THE DISC FOR DISBURSEMENT TO OUR COMMITTEE. The form can be found at http://www.gsa.gov click on Federal Forms, search for SF330 (See Numbered Note NO. 24). Interested firms are to submit SF330 CD to: VA Heartland Business Office, Attn: Billie Jo Cherico, Contracting Officer (10N15-90), 4101 S. 4th St. Traffic way, Leavenworth, Kansas 66048 BY April 27th, 2010 at 2PM. Be sure to mark the outside of the envelop with the Solicitation Number "VA-255-10-RP-0240". Fax copies will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA-255-10-RP-0240/listing.html)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;4101 SOUTH 4TH STREET, TRAFFICWAY;LEAVENWORTH;KANSAS
- Zip Code: 66048
- Zip Code: 66048
- Record
- SN02103991-W 20100328/100326235038-faeacabea2e11bd2ceb5ffa1c25b4b4a (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 |