Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,1998 PSA#2111

Contracting 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