DOCUMENT
C -- IDIQ A/E Base Contract Open-Ended A/E Design services for the Oscar G. Johnson VA Medical Hospital, Iron Mountain, MI - Attachment
- Notice Date
- 11/18/2011
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;GLAC (69D);115 S. 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D12R0114
- Response Due
- 12/19/2011
- Archive Date
- 2/17/2012
- Point of Contact
- Kristi Kluck
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Solicitation #VA69D-12-R-0114 IDIQ for A/E Services This is a Request for Standard Form 330, not a Request for Proposal. Provide professional architectural, engineering and commissioning consultant services during design, construction, occupancy and post-acceptance phases of various construction and renovation projects at the Iron Mountain VA Medical Center, Michigan. Services include site investigations, analysis, design, calculations, preparation of working drawings and specifications, cost estimating, Construction Period Services, as-builts and site visits through the construction completion period are part of the scope. Projects for which commissioning services are required may include new facilities construction, additions to existing facilities and/or renovation alterations, maintenance, repair or upgrades to existing facilities. The firm shall be listed in CCR under NAICS Code 541330 and be capable of professional commissioning services necessary that may include various disciplines such as engineering, mechanical, plumbing, electrical and fire protection. Area of consideration is restricted to a 250 mile driving radius of Iron Mountain, Michigan. The VA intends to award a contract for a period of one (1) year with two additional one (1) year options. Total fees paid under the resultant contract should not exceed $1,499,999 including the option year (s). Submit two (2) copies of SF 330 with appropriate documentation by close of business December 19, 2011. Submit information to the following address: Kristi.kluck3@va.gov, (preferred) or Department of Veterans Affairs Great Lakes Acquisition Center 115 S. 84th Street, Suite 101 Milwaukee, Wisconsin 53295-0005 Attn: Kristi Kluck Selection criteria will be based on the following: 1.) Team Organization - Present a background of team personnel including, but not limited to, project manager and consultants with specialized experience and technical competence with the type of design required. 2.)Proposed Management Plan - Present the management plan throughout the different phases of contract, from design through construction closeout. 3.)Previous Experience of Proposed Team - Present the previous experience of team members related to the VA medical facility area design. 4.)Location and Facilities of Working Offices - Present specific locations of the prime firm and all associated consultants. 5.)Proposed Design Approach for This Project - Present overall design philosophy in the area of VA medical facility area of design. What are anticipated problems and potential solutions? 6.)Project Control - Present planning techniques to control project schedules and costs. Who are the personnel responsible for schedules and cost control. 7.)Estimating Effectiveness - Present a list of the ten (10) most recently bid projects and compare initial proposal to final project costs. 8.)Capacity - Present the overall team philosophy and method of implementing plans to achieve successful final results. 9.)Miscellaneous Experience and Capabilities - Present a background of experience in the following areas: a.Interior design, b.CAAD, BIM, Revit and other computer programs applicable to design, c.Value engineering and life cycle cost analyses, d.Environmental and historic preservation, e.Energy conservation and new energy resources, f.CPM and fast-track construction. 10.)Awards - Present a description of awards received for design excellence. 11.)Insurance and Litigation - Present the type and amount of liability insurance carried; include any litigation involvement over the last five (5) years with the final outcomes. 12.)CVE verified Service Disabled Veteran Owed Business (SDVOB) will be given additional consideration during the evaluation of the SF330s. No bid package is available for this information request. This is not a Request for Proposal (RFP); rather it is a procurement to collect SF-330s to establish qualifications. NAIC #541330 applies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12R0114/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-12-R-0114 VA69D-12-R-0114.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=275113&FileName=VA69D-12-R-0114-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=275113&FileName=VA69D-12-R-0114-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-12-R-0114 VA69D-12-R-0114.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=275113&FileName=VA69D-12-R-0114-000.docx)
- Place of Performance
- Address: Oscar G. Johnson VA Medical Center;325 East H. Street;Iron Mountain, MI 49801
- Zip Code: 49801
- Zip Code: 49801
- Record
- SN02625853-W 20111120/111118234211-60c973db3b0d4633e7fb7bc0a5a73d7e (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 |