Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

C -- Architect/Engineering Indefinite Delivery/Indefinite Quantity Contract

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Chief, Facilities Acquisition Management;James E. VanZandt VA Med Ctr;2907 Pleasant Valley BLVD;Altoona PA 16602-4377
 
ZIP Code
16602-4377
 
Solicitation Number
VA-244-10-RP-0073
 
Response Due
2/25/2010
 
Archive Date
6/4/2010
 
Point of Contact
Michael G. Koontz, Contracting Officermichael.koontz1@va.gov
 
E-Mail Address
Contract Specialist
(michael.koontz1@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This announcement is for the selection of an Architect Engineer Firm for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design Contract for the Department of Veterans Affairs, James E. Van Zandt VA Medical Center located in Altoona, Pennsylvania. Task Orders for this contract will normally be issued out of the James E. Van Zandt VA Medical Center Contracting Office, Building 2, Altoona, Pennsylvania. Projects will be primarily for the James E. Van Zandt VA Medical Center and the three current Community Based Outpatient Clinics (CBOC's) located at 1) Johnstown, PA, 2) State College, PA, and 3) Dubois, PA, as well two anticipated CBOC's in 1) Huntingdon, PA and 2) Indiana, PA. Task Orders may also be issued for any new Department of Veterans Affairs requirements that may develop throughout the life of the contract in the State of Pennsylvania. The IDIQ design contract may be used for a wide range of design services. Primarily the contracts will be used to design new commercial/industrial type facilities and to design renovations of existing facilities. The resultant contract shall be established for one (1) year with four (4) option years. A single delivery order will not exceed $550,000. Total value of all delivery orders under a single contract will not exceed $2 Million per year. Total value of the contract shall not exceed $10,000,000. The following evaluation criteria, listed in descending order of importance, shall be used to evaluate firms and determine the most highly qualified firm for possible contract award. 1. Professional Qualifications necessary for satisfactory performance of required services: This factor evaluates the individual experience of the persons that are to be assigned to the design team. The firms should provide information on two or three individuals from each design discipline that are anticipated to be assigned to key positions on the design team. The key positions should include Project Mangers, Quality Assurance Manager, Architects, Architectural Engineers, Structural Engineers, Electrical Engineers, Mechanical Engineers, Civil Engineers, Fire Protection Engineers, and Environmental Engineers. Firms may submit any other personnel they feel are significant for the types of work described in Specialized Experience. 2. Specialized Experience and Technical Competence in the type of work required: This factor evaluates the experience of the firm and design team in completing projects requiring skills similar to those anticipated for this contract. This may include general renovation of medical center space to include architectural changes of walls, ceilings, floors, finishes, masonry, doorways including hardware, plumbing including storm sewer, sanitary, hot and cold water, heating, ventilating, air conditioning (HVAC) to include, package units, variable air and constant air volume terminals with reheat, variable frequency drive air handlers, steam and condensate piping, primary and secondary electrical circuits, digital controls, fire protection to include sprinkle system, central fire and security alarms, audio paging systems, asbestos abatement and all work to return space to finished, functioning condition. Experience providing drawings in 3D. Designing general construction of new space to include structural work, roofing, exterior walls, site work, site utilities and work as stated above. Design of specialty construction may include tuck pointing, asphalt paving, elevators, complete key system, large centrifugal chillers and boiler controls. Extra consideration may be given for experience designing projects for Department of Veterans Affairs Facilities. 3. Past Performance on Contracts with Government Agencies (particularly Department of Veterans Affairs) and Private Industry in Terms of Cost Control, Quality of Work, and Compliance with Performance Schedules: This factor shall be evaluated based on the information provided by the A-E on similar type projects, performance appraisals on file with the Corps of Engineers and the Department of Veterans Affairs, and contact with personnel listed in the SF 330 regarding past performance as well board members personal knowledge of the firm. 4. Capacity to Accomplish the Work in the Required Time: This factor evaluates the ability of the A-E firm, given their current projected workload and the availability of their key personnel, to accomplish the projects in the required time. 5. Location in General Geographical Area of the Project and Knowledge of the Locality of the Project: This factor evaluates the distance from the A-E firms design office from the location of work (James E. Van Zandt VA Medical Center). The personnel identified as the key design team staff are expected to work in the design office identified for evaluation of this factor. 6. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 7. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. This is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industry Classification System (NAICS) codes for this work are 541310 and 541330. The small business standard is 4.5 million dollars average revenue for the three previous years. Service Disabled Veteran Owned Small Businesses must be registered in the VetBiz Registry in order to be eligible for contract award. Visit www.vip.vetbiz.gov to complete your company registration. Additionally, any potential awardees must also be registered in Central Contractor Registration Database (CCR). Registration can be accomplished by visiting www.ccr.gov. To be considered for this contract Firms shall submit three (3) copies of their Standard Form 330 and a CD copy of their Standard Form 330 to James E. Van Zandt VA Medical Center, Attention: Contracting Office, Building 2, Room 106, 2907 Pleasant Valley Boulevard, Altoona, Pennsylvania 16602-4377. Standard Form 330's must be received no later than 2:00PM EDST on February 25, 2010. Written inquiries regarding this announcement can be sent to the address listed for the receipt of Standard Form 330's or via e-mail to Michael Koontz at michael.koontz1@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC503/AlVAMC503/VA-244-10-RP-0073/listing.html)
 
Place of Performance
Address: James E. Van Zandt VAMC;2907 Pleasant Valley Boulevard;Altoona, PA 16602-4377
Zip Code: 16602-4377
 
Record
SN02046475-W 20100123/100121234925-2baa2db39bd32a14e42d75543953370d (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.