|
COMMERCE BUSINESS DAILY ISSUE OF MAY 7,1997 PSA#1840Department of Veterans Affairs, Chief, Acquisition & Materiel
Management Service (90C), Audie L. Murphy Division, STVHCS, 7400 Merton
Minter Blvd, San Antonio, TX 78284 C -- IDIQ CONTRACT FOR ARCHITECTURAL/ENGINEERING SERVICES SOL
671-88-97 POC Gloria R. Santos, Contract Specialist, 210-617-5150 -- A
firm-fixed price indefinite delivery/indefinite quantity (IDIQ)
contract is required to provide professional A/E services on an as
needed basis in support of San Antonio and Kerrville VA Medical
Centers. Typical task orders will include, but are not limited to,
mechanical and electrical design projects as follows to include all
necessary accessories for a complete installation (1) Plumbing
involving domestic water, drain & vent systems including piping,
equipment and fixtures; (2) Medical gas and vacuum systems including
piping, fittings, valves, station outlets/inlets, rough-in,
gauges/alarms; (3) Relocation of existing fire protection sprinkler
heads with necessary piping and fittings; (4) Hvac piping to connect
HVAC equipment including chilled water, condenser water, heating hot
water, drain piping, steam, steam condensate and vent piping; (5) HVAC
equipment including air terminal, fan coil, air handling units,
ventilating fans, heating and cooling coils; (6) Ductwork and
accessories for HVAC systems including supply, return and outside air,
general exhaust and corrosion resistant exhaust systems; (7) HVAC
controls and instrumentation including DDC, pneumatic, electric and
electronic; (8) Testing, adjusting and balancing of HVAC system; (9)
Low voltage (600V & below) power and lighting wiring including
receptacles, switches, motors, panel boards, disconnects, transformers,
grounding & lighting; and (10) Intercommunication system including
audio-visual, nurse call, code one, public address, radio
entertainment, extension, TV antenna equipment and system extension.
The firm must have CADD capability. Resulting IDIQ contract will be for
a one year period from date of award with four one year renewal
options. The Government is uncertain as to the number of delivery
orders that will be placed against the contract during the term of the
contract; however, a minimum of $100,000.00 and a maximum of
$1,000,000.00 are anticilpated. Individual, fixed-priced orders may not
exceed $450,000.00. Negotiations will be conducted for hourly rates for
each discipline required, overhead, profit and other cost elements
which are particular to the contract. Upon award, negotiations for each
specific delivery order shall be conducted on the A/E effort involved.
Firms desiring consideration are invited to submit completed SF-254
and SF-255s; and SF-254 for each of its proposed consultants by close
of business June 4, 1997. Facsimile copies will not be accepted. The
selection will be conducted by using the submitted SF-254/255s.
Evaluation factors for consideration of qualifications, listed in order
of importance, are: (1) Professional qualifications necessary for
satisfactory performance and required services; (2) Specialized
experience and technical competence in the type of work required; (3)
Capacity to accomplish the work in the required time; (4) Past
performance with Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules. Include 3 referenceswith telephone numbers and contact
persons. (5) Location in the general geographical area of the project
and knowledge of the locality of the projects. Preference for location
is in the following descending order: Firms within 70 mile radius of
San Antonio/Kerrville, TX; in-state firms; and out-of-state firms. This
is a 100% SMALL BUSINESS SET-ASIDE. The SIC Code is 8712 and the Small
Business Size Standars if $2.5 million. This is not a request for
proposals. -- (0125) Loren Data Corp. http://www.ld.com (SYN# 0017 19970507\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|