|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#2111Contracting Officer (90C), Department of Veterans Affairs, North Texas
Health Care System, 4500 South Lancaster Road, Dallas, TX 75216 C -- IDIQ (OPEN-END) A/E SERVICES SOL RFP 549-105-98 DUE 070998 POC
Joyce Cadwell, Contracting Officer, PH 214-302-7535 Provide Architect
/ Engineering services to perform investigative, design and
construction period services on an as needed basis under this
indefinite-delivery, indefinite-quantity (IDIQ) contract. Individual
delivery orders will be placed against the contract for designated
projects. Duration of the contract will be for one year from date of
award with options for a second year and third year. The number of
individual delivery orders to be placed during the initial and option
years is unlimited. Individual delivery orders will not exceed $25,000.
Total amount of delivery orders for the entire contract period,
including initial and option years, will not exceed $49,000. Delivery
orders may be performed at any of the VA owned or VA occupied
properties within the north Texas area. Primarily, projects will be
located at the Dallas VAMC, Bonham VAMC or the Fort Worth VA Outpatient
Clinic. Delivery orders and project types will vary from simple to
complex and from well defined to those requiring full development of
design options. Information may be readily available or may require A/E
to complete exhaustive investigative services. The nature of the
projects will include, but not be limited to, interior renovation, and
correction of facility or system deficiencies. The selected A/E firm
will be capable of performing all necessary professional architectural
or engineering functions required to accomplish assigned projects,
with or without direct VA assistance. The A/E firm selected shall
include a multidisciplinary design team capable of providing a variety
of professional services. Design services may require architectural,
interior design, civil, structural, MEP, Certified Industrial
Hygienist, fire protection engineer, and AutoCAD drawings. Work may
include but will not be limited to; project analysis and investigative
reports, conceptual designs, contract documents (complete or
abbreviated plans and specifications), asbestos abatement, site,
exterior and interior layouts and designs, interior furnishings
andfinish schedules, project cost estimating and scheduling.
Construction period services may require, but are not limited to,
review of equipment, samples, mockups, shop drawings and other related
construction submittals and documents, project site inspections/site
visits and reports, as-built drawings and digitizing manual as-built
drawings into AutoCAD. The selected A/E team shall possess a thorough
working knowledge of VA standards, specifications and design criteria.
The team will also possess a thorough working knowledge of all
construction, Life Safety, and ADA codes, requirements, and standards.
All specifications with the exception of specialized or outdated
specifications, shall be edited VA standards. Current VA standards,
specifications and design information may be accessed and downloaded on
the Worldwide Web, VA Web Site @ www.va.gov. All contract drawings
shall be produced on AutoCAD Version 13 for Windows NT and will be
dimensioned in both English and metric. Standard AIA AutoCAD layering
shall be utilized. All specifications and written documents shall be
provided in Microsoft Word 97 for Windows. Any required scheduling
shall be provided on Microsoft Project 4.0 Version. Firms must meet
minimum requirements before evaluation criteria will be applied.
Minimum requirements are hospital experience, thorough knowledge of VA
standards, specs and design criteria ; experience using AutoCAD 13 for
Windows; and that prime and consulting A/E's servicing offices must be
located within 50 mile radius of Dallas, Bonham or Fort Worth. Upon
meeting the minimum requirements, A/E selection will be based on the
following criteria and maximum point values are shown to reflect
relative importance: 1) Past performance which exhibits specialized
experience and technical competence in work to be performed, maximum 50
points; 2) Past performance which exhibits ability to design within
budgeted cost limitation and prepare accurate and highly detailed
construction cost estimates, max 50 points; 3) Past performance and
current methodology pertaining to quality control methods used to
ensure technical accuracy of work, max 50 pts; 4) Past performance and
current work status which exhibits capacity to accomplish work in the
required time, max 40 pts; 5) Professional qualifications of staff and
consultants, max 40 pts. In accordance with P.L. 600-656, this
acquisition IS restricted to emerging-small businesses. Standard
Industrial Code 8712, Architectural Services, applies to this
acquisition and the small business size determination is NTE $2.5
million in average annual receipts over the preceding three fiscal
years. A/E firms which meet the requirements of this announcement, and
are emerging small businesses, are invited to submit (1) Standard Form
254, Architect-Engineer and Related Services Questionnaire, and (2)
Standard Form 255, Architect-Engineer and Related Services
Questionnaire for Specific Project, in five copies. Submissions should
be marked Attn: Joyce Cadwell (90C) at the above address, and are due
by 4:30 p.m. local time, 7/9/98. This is not a request for proposals.
(0155) Loren Data Corp. http://www.ld.com (SYN# 0024 19980608\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|