Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2014 FBO #4603
DOCUMENT

C -- VA Palo Alto and San Francisco VA A/E IDIQ - Attachment

Notice Date
6/30/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan, CA 95652
 
ZIP Code
95652
 
Solicitation Number
VA26114R0415
 
Archive Date
10/7/2014
 
Point of Contact
Andrea Fair
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs VA Palo Alto Health Care System (VAPAHCS) and San Francisco VA Medical Center (SFVAMC) have a need to establish new Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts for Architectural/Engineering services and expert consultants. The IDIQ contracts will be for the following services: architectural design, construction administration services, building systems design, interior and exterior renovations, new building design, medical equipment installation, landscape design, space programming, mechanical engineering, electrical engineering, civil engineering, structural engineering, and fire protection engineering. Prime A/E firms shall have at least one of the following licensed/registered specialty disciplines as members of the firm or team with demonstrable expertise in their respective fields: architectural design, building system design, mechanical, electrical, structural, civil engineering design, fire protection engineering, interior and exterior renovations, new building design, landscape design, space programming, and construction administration services. A total of three (3) hard copies and one (1) electronic copy of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant's office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: 1.Past Experience of the prime and consultant firms and proposed consultants with healthcare projects; firm must have proven experience in health care design through construction administration, specifically seismic design/retrofits within the San Francisco Bay Area; 2.Specialized experience and technical competence; Experience designing in an active hospital environment - including project phasing, risk mitigation, ICRA, ILSM, PICRA, development of schematic, design development and construction drawings as necessary for all project requests, construction period services for all design contracts leading to construction, cost estimates, schedules, digital models to communicate concepts to users, physical space mock ups, and preparation of statement of work (SOW), site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services and reports, attend site visits during scope development and Construction Admin, and validation of clinical program workloads and related data, experience providing design deliverables in BIM format; 3.Capacity to accomplish the work in the required time; Prime firm must capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload and total workload capability of individuals listed in item "B" of the SF330. Literature should be included to demonstrate the firm's ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required; 4.Past Performance on contracts with respect to cost control, quality of work, and compliance with performance schedules during design and construction phases; to include plans checks and document reviews (prime firm); 5.Geographical location; This factor considers the A/E firm's familiarity of the applicable geographic areas architectural standards and codes, building codes, environmental regulations, soil conditions, seismic requirements and agency regulations within the San Francisco Bay Area. Prime firm must be able to respond (by driving) to the Palo Alto or San Francisco VA facility within a 2 hour time frame. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by 11:00am Pacific Standard Time, July 24, 2014, to the following: THREE (3) hard copies shall be sent to Mr. Paul Di Bari, Office of Facility Planning and Project Development (720), VA Palo Alto Health Care System at 3801 Miranda Avenue, Palo Alto, CA 94304. Hand carried copies can be delivered directly to Mr. Paul Di Bari at Building 6, Room B-106. ONE (1) electronic copy shall be sent to Ms. Andrea Fair at andrea.fair@va.gov and Mr. Paul Di Bari at paul.dibari@va.gov. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer; Andrea Fair, via e-mail to andrea.fair@va.gov. It is the intent of the Contracting Officer to make up to eight (8) IDIQ awards under solicitation VA261-14-R-0415. This solicitation is set aside for Small Businesses. NAICS Codes 541310, 541320, 541330, 5415410, 541340, 541490 apply. All interested firms must be registered in the System for Award Management (SAM) Database and must have current record in the Online Representations and Certifications Application (ORCA). If you are not registered with SAM, you may register online at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26114R0415/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-14-R-0415 VA261-14-R-0415 PRESOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1466725&FileName=VA261-14-R-0415-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1466725&FileName=VA261-14-R-0415-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03409780-W 20140702/140701023036-d7c5a5d482823c3cfed5bc3c6826cd0b (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.