SOURCES SOUGHT
C -- Open-end IDIQ A/E Services
- Notice Date
- 4/26/2005
- Notice Type
- Sources Sought
- Contracting Office
- Attn: Department of Veterans Affairs Heartland Network, VISN 15, (10N15-90), 4101 South 4th Street Trafficway, Leavenworth, Kansas 66048
- ZIP Code
- 66048
- Solicitation Number
- V15-05-0123
- Response Due
- 5/26/2005
- Small Business Set-Aside
- Partial Small Business
- Description
- Provide Architect/Engineering multi-disciplinary services on an as needed basis for various projects within VA Heartland Network 15. The VA Heartland Network is composed of VA Medical Centers at Poplar Bluff, Missouri; Marion, Illinois; St. Louis, Missouri; Columbia, Missouri; Kansas City, Missouri; Leavenworth, Kansas; Topeka, Kansas and Wichita, Kansas. This contract will be for a period of one (1) year with an option to award four (4) additional years. The maximum award amount is $450,000/year. The Government will not be bound to place any delivery orders under the awarded contract. Area of consideration is restricted to firms located within a 200 mile radius of St. Louis, Missouri or a 200 mile radius of Kansas City, Missouri. Delivery orders and project types will vary from simple to complex and from well defined to those requiring full development of design options. The A/E and Engineering firms shall include a multidisciplinary design team capable of providing a variety of professional services. Design services may require Architectural, Interior Design, Structural, HVAC, Plumbing, Civil, Electrical, Certified Industrial Hygienist, Registered Fire Protection Engineer, Landscape Architect, Estimator 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), energy audits, asbestos abatement, lead removal, mold remediation, site visits, exterior and interior layouts and designs, interior furnishings and finish schedules, project cost estimating and scheduling, etc. on an as needed basis under firm fixed-price delivery orders. The engineering consultant must provide written certification from a Certified Industrial Hygienist as to mitigation of asbestos abatement, lead removal and mold remediation for each delivery order awarded throughout the term of this contract. Construction period services may require, but are not limited to, review of equipment samples, shop drawings and other related construction submittals and documents, project site inspections/site visits and reports, as-built drawings and digitizing of manual as-built drawings into AutoCAD (Version 2000 or newer). The A/E and engineering firms shall also possess a thorough working knowledge of construction, Life Safety, NFPA and ADA codes, requirements and standards. All contract drawings shall be produced on AutoCAD for Windows. Compact Disks and mylars of drawings shall be provided. VA Standard AutoCAD layering Title blocks shall be utilized. All specifications and written documents shall be provided in Microsoft Word for Windows. The following will be the evaluation criteria: 1) Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. 2) Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. 3) Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously. 4) Past record of performance on contracts with the Department of Veterans Affairs. 5) Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. 6) Demonstrated success in prescribing the use of recovered materials and energy efficiency in facility design. 7) Inclusion of small business consultant(s), and/or minority owned consultant(s), and/or women-owned consultant(s), and/or veteran owned consultant(s), and/or disadvantage veteran owned consultant(s), and/or HUBZone consultant(s). NAICS Code 541310, 541320 and 541330 apply to this acquisition. This is a partial small business set aside (See Numbered Note No. 2). All firms are required to register at the Central Contractor Registration (CCR) website located at http://www.ccr.gov. Interested firms may submit six (6) copies of Standard Form 330, which can be found at http://www.gsa.gov click on Federal Forms, search for SF330 (See Numbered Note No. 24). Interested firms are to submit SF 330 to: VA Heartland Business Office, Attn: LoLa A. Feeney, Contracting Officer (10N15-90), 4101 S. 4th St. Trafficway, Leavenworth, KS 66048 by May 26, 2005 at 2 PM. Fax copies will not be accepted.
- Web Link
-
RFP V15-05-0123
(http://www.bos.oamm.va.gov/solicitation?number=V15-05-0123)
- Place of Performance
- Address: Kansas, Missouri & Illinois
- Zip Code: 66048
- Country: United States
- Zip Code: 66048
- Record
- SN00795755-W 20050428/050426211853 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |