Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

C -- A/E IDIQ

Notice Date
4/9/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA-244-10-RP-0188
 
Response Due
5/10/2010
 
Archive Date
5/25/2010
 
Point of Contact
Kristina D. WeirCONTRACT SPECIALIST
 
E-Mail Address
Contract Specialist
(KRISTINA.WEIR@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA) Louis A. Johnson VA Healthcare System, 1 Med Center Drive, Clarksburg, WV 26301, is seeking Architect / Engineering (A/E) firms to submit Standard Form-330 (Architect / Engineer Qualifications) per FAR 36.6 Architect and Engineering Services for an Indefinite Delivery / Indefinite Quantity (IDIQ) contract for A/E design services for multiple A/E disciplines for Louis A. Johnson VA Healthcare System, VISN 4 (Veterans Integrated Services Network). The Louis A. Johnson VA Healthcare system includes the Louis A. Johnson VA Medical Center, four (4) Community Based Outpatient Clinics (CBOCs) in Monongalia, Braxton, Wood and Tucker Counties and Two (2) Vet Centers in Monongalia and Wood Counties. A/E firms must be located within a 250-mile radius of the Louis A. Johnson VA Medical and be fully A/E qualified and licensed in the state of West Virginia to be considered. It may be the A/E firm's prime office or a branch office that is within this radius. Full and open competition will be utilized. The NAICS Code is 541310, Architectural Services, and the Small Business Size Standard is $4.50 million gross annual revenue. Selected A/E team will be comprised on the following disciplines: architecture, facility planning, interior design, structural, civil, mechanical, plumbing, electrical, energy, fire protection, and industrial hygiene, as may be required by the Government for open-ended multi-disciplinary projects. Each A/E design task order award may include any combination of studies; investigations; tests; evaluations; consultations; comprehensive planning; program management; conceptual designs; schematic designs; 50% and 100% design development with updated as-built drawings on mylar; construction documents; bidding and construction period services; and commissioning. Services may also include additional consultant services as necessary based on specific project scope. Requirements will vary with each IDIQ task order and will be defined by separate scopes of work. This intended IDIQ contract will be for one base year beginning October 1, 2010 with options to extend the term of the contract for two (2) additional one year periods to be exercised at the discretion of the Government, or until the maximum contract award amount of $4.5M is reached. A minimum of $5,000 will be guaranteed over the life of the contract including any exercised options. Each specific IDIQ task order shall be separately negotiated based on the A/E effort involved. Anticipated projects include but are not limited to: New Water Softener System Bldg. 1 & 7, Update PA System Lightning Protection to meet Code, Site Security and Lighting, Elevator Replacement Bldg 1, Chiller Replacement project, PRRTP Facility Addition, Parking Structure, HVAC Upgrades, Fire Alarm System Upgrade PH2, Mental Health 4A, Ambulatory Care Support/ Registration / BusOff Ctr / Pharmacy, HVAC Upgrades PH2, Replace Underground Sanitary Mains, and Replace Plumbing Vent Stacks Phase I. Selection of the successful A/E firm(s) will be in strict compliance with FAR Part 36.6, FAR 36.602-1 Selection Criteria (Selection of firms for Architect-Engineering Contract) and VAAR 836.602-1 Selection Criteria for Architect and Engineer Contracts. The Louis A. Johnson VA Medical Center plans to award one contract to meet requirements, but reserves the right to make multiple awards. Interested firms should submit two (2) completed SF 330s (form available at http://vaww.va.gov/facmgt/ae) and must submit the following additional information on Part H of the SF-330: 1. PROPOSED MANAGEMENT PLAN: Provide a narrative description of your proposed management plan for conceptual design, design phases, and the construction phase for the identified requirements. 2. PREVIOUS EXPERIENCE OF PROPOSED TEAM: Describe project experience for the above identified projects and experience with healthcare facilities. Describe the team's experiences with issues unique to healthcare facilities. Address experience with the design and modifications of occupied facilities, development of conceptual designs, cost estimates and VA master specifications. VA master specifications are viewable online at http://www.cfm.va.gov/til/spec.asp. 3. PROPOSED APPROACH FOR HANDLING IDIQ FOR DESIGN: Describe proposed design philosophy. Address how your A/E firm will handle anticipated problems and potential solutions. 4. PROJECT CONTROL: Describe techniques planned to control (a) project management, (b) schedule, (c) quality and (d) costs. Describe the personnel responsible for these areas, including the project manager, and consultants. 5. ESTIMATING EFFECTIVENESS: Provide the estimates for the relevant projects that were listed in Part 19 of the SF 330, identifying the initial A/E construction budget, bid price of project, amount of change orders and percent of changes for the various major divisions (architectural, mechanical, electrical, structural, and civil). 6. SUSTAINABLE DESIGN: Describe your teams design philosophy, method and experience of implementing and controlling. 7. MISCELLANEOUS EXPERIENCE AND CAPABILITIES: Address experiences from the projects listed in Part 19 of the SF 330 in regards to: (a) CADD and other computer applications; (b) value engineering; (c) life cycle cost analyses; (d) environmental; (e) historic preservation; (f) energy conservation; (g) new energy resources; and (h) Critical Path Management (CPM) and fast track construction. 8. INSURANCE AND LITIGATION: Address the types and amounts of liability insurance carried. Identify any and all litigation involvement over the last five years and its outcomes. A&E Firms are required to respond via email to Kristina.Weir@va.gov. The e-mail subject line must show "Louis A. Johnson VAHS A/E IDIQ Service VA-244-10-RP-0188 No paper (hard) copy documents will be accepted. Any technical questions must be received by e-mail only, and no later than April 30, 2010. Submissions must be received no later than 4:30pm local time on May 10, 2010 in order to be considered. Point of Contact is Kristina Weir, Contract Specialist. Set-aside code: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA-244-10-RP-0188/listing.html)
 
Place of Performance
Address: LOUIS A. JOHNSON VA HEALTHCARE SYSTEM;1 MEDICAL CENTER DRIVE;CLARKSBURG, WV
Zip Code: 26301-4199
 
Record
SN02117897-W 20100411/100409234922-6c22dc3ad42f43abd6c147bc903d9a71 (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.