Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
DOCUMENT

C -- A/E IDIQ for VA Central California Health Care System - Attachment

Notice Date
8/6/2015
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);Network Contracting Office (NCO 21);855 M Street, Suite 1020;Fresno CA 93721
 
ZIP Code
93721
 
Solicitation Number
VA26115R0560
 
Response Due
9/3/2015
 
Archive Date
12/11/2015
 
Point of Contact
Parvinder Brar
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs VA Central California Health Care System (VACCHCS) Fresno, CA has a need to establish new Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts for Architectural/Engineering (A/E) services and expert consultants. The IDIQ contract(s) will be for one basic year with a Government option to extend the term of the contract one year at a time, not to exceed five years total. 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 designers. Prime firm must have proven experience in health care design through construction administration. 2.Specialized experience and technical competence in designing in an active hospital environment - including project phasing, risk mitigation, ICRA, ILSM, 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, 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 Administration, and validation of clinical program workloads and related data. 3.Capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload capability of the prime firm, proposed consultants and designers. Literature should be included to demonstrate the prime 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 and knowledge of the locality of the project. This requirement considers the prime firm's familiarity of the applicable geographic area's architectural standards and codes, building codes, environmental regulations, soil conditions, and seismic requirements within the Fresno, California area. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by 11:00am Pacific Standard Time, September 3, 2015, to the following: THREE (3) hard copies shall be sent to Mr. Parvinder Brar, Mail: 855 M Street, Suite 1020, Fresno, CA 93721. ONE (1) electronic copy shall be sent to Mr. Parvinder Brar at parvinder.brar@va.gov and Mrs. Denise R. Groves at denise.groves@va.gov. Questions regarding the solicitation and project shall be directed, in writing, to the Contract Specialist Mr. Parvinder Brar via email at parvinder.brar@va.gov; and Cc the Contracting Officer Mrs. Denise R. Groves at denise.groves@va.gov. It is the intent of the Contracting Officer to make up to five (5) IDIQ awards under solicitation VA261-15-R-0560. This solicitation is set aside for Small Businesses. NAICS Codes 541310, 541320, and 541330 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/FrVAMC570/FrVAMC570/VA26115R0560/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-15-R-0560 VA261-15-R-0560_SF330.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2224768&FileName=VA261-15-R-0560-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2224768&FileName=VA261-15-R-0560-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03827806-W 20150808/150807000141-e1a86b574965a2f3cbe6dca42451fc91 (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.