Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
DOCUMENT

C -- Architect and Engineering Services - Attachment

Notice Date
5/9/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25612R0461
 
Response Due
6/4/2012
 
Archive Date
9/2/2012
 
Point of Contact
Sandra Smith
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a request for SF 330's Architect-Engineer Qualifications only. The Central Arkansas Veterans Healthcare System (CAVHS), 2200 Fort Roots Drive, North Little Rock, AR, is advertising for a Multi Award, Indefinite Delivery-Indefinite Quantity (IDIQ), contracts for Architect-Engineer Services (A/E). The Government intends to award this as a Firm Fixed Price contract. This acquisition is a 100% set-aside for Service Disabled Veteran Owned Small Businesses. The Government anticipates making multiple awards to Architectural firms and a single award to an Engineering firm. Tasks shall include architectural, civil, mechanical, plumbing, electrical, and structural disciplines. CAVHS intends to award three or more separate IDIQ contracts from this solicitation. The Architect and Engineering services will be separate awards and the Engineering Service will be a separate award. The selected A/E firms shall provide professional A/E services for various VA projects as required. A/E services shall include, but will not be limited to, design, document preparation, and contract administration for projects associated with the various facilities-related programs including but not limited to, capital improvements, repair and alterations, new construction, development of cost estimates, utilities, energy-consuming system upgrades, HVAC projects, space optimization, asbestos removal, compliance with the Uniform Federal Accessibilities Standards, utility commodity review and purchasing, master planning, code analysis reviews, and inspection of physical facilities and campus. Disciplines and expertise that may be required to accomplish the scopes of the task orders include but are not limited to: architecture, mechanical, electrical, plumbing, civil, structural, fire protection, life safety, security, blast, risk assessment, vertical transportation, space planning, real estate market analysis, interior architecture, historic preservation, estimating, master planning, report writing, quality control review, scheduling, surveying, LEED. A/Es should be familiar with Historic Preservation and be recognized by State Historic Preservation Office (SHPO) and Advisory Council on Historic Preservation (AHCP) as a professional historic preservation architect, historic landscape architect. The North American Industry Classification System (NAICS) codes that apply to this notice are 541310 Architectural Services (Small Business Size of $7 Million) and 541330 Engineering Services (Small Business Size of $14 Million). The contract term is for a one-year (1) base period with four (4), one-year option periods. The minimum guarantee for the entire contract term, to include options is $2,000.00. The award of the initial task order will satisfy the minimum guarantee for the entire contract term (including option years). Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Task orders may include, but are not limited to: 1)Schematic Phase: to include but not limited to making site investigations, collecting data, performing analysis, making presentations and conducting other fact finding studies as might be necessary to support the design of the project. This may include economic analysis and feasibility studies and developing scopes for programmed projects. Services may also include additional consultant services as necessary based on specific project scope. 2) Design Development: may include engineering calculations and analysis, complete design, and statements of probable cost. 3) Construction Documents: to provide complete detailed construction documents for final review that are of such quality and completeness that they can be competitively bid by contractors. 4) Bid Documents: to provide completed detailed, signed drawings, specifications and documents complete and ready for issuance to prospective contractors. This is a request for SF 330's Architect-Engineer Qualifications only. The Architect and Engineering services will be separate awards, To be considered for selection, interested eligible firms shall submit two (3) copies of their SF 330 Part I and II no later than 10:00 a.m. CDT. on June 4, 2012 to Sandra Smith, and James Fulks Contracting Specialist, 2200 Fort Roots Drive, Building 41 #208, North Little Rock, Arkansas, 72114. Submission of information incorporated by reference is not allowed. Prospective firms shall address all selection criteria factors within submitted SF330 packages. All submissions must be bound in some manner (no paperclips).To be eligible for award firms must be registered with Central Contractor Registration (CCR) and the VETBIZ and CVE certified prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov and the VETBIZ website, http://www.vetbiz.gov/. Eligible firms, to include subcontractors, team members, and partners must be located in Texas, Louisiana, Tennessee, Oklahoma, Missouri and Arkansas, as determined by online MapQuest Directions (www.mapquest.com). Email Submissions will not be accepted. After final selection has taken place the contracting officer may release information identifying the firm with which a contract will be negotiated, when an award has been made, the contracting officer may release award information. Debriefings of successful and unsuccessful firms will be held after final selection has taken place and will be conducted, to the extent practicable, in accordance with FAR Part 15. SELECTION CRITERIA Selection criteria will be based on (In order of importance): (1) Professional qualifications necessary for the satisfactory performance of required services; provide key personnel, it is expected that the individuals identified as key personnel will be performing tasks under the resulting contract. Include resumes for key personnel of proposed sub-consultants for all engineering disciplines: electrical, data communication, mechanical, civil, structural, environmental, interior design, LEED, commissioning and cost estimating. (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Specialized experience with healthcare related designs in a hospital setting; (4) Capacity to accomplish the work in the required time; maintaining project schedules and project budgets. Cost control effectiveness and estimating accuracy. (5) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; be sure to include all past performance Department of Veterans' Affairs (include knowledge of VA design standards, technical manuals, and specifications)(provide no more than five (5) recent projects); (6) Location in the general geographical area of the project and knowledge of the locality of the project (120 miles); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (7) Describe in detail how your firm will conduct constructability reviews of construction documents; include interdisciplinary and specification versus drawings, details versus floor plan review process. (8) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (9) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (10) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Firms will be evaluated by the A/E Evaluation Board, scored and ranked according to score. The four (4) most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. THIS IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25612R0461/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-12-R-0461 VA256-12-R-0461_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=337152&FileName=VA256-12-R-0461-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=337152&FileName=VA256-12-R-0461-000.doc

 
File Name: VA256-12-R-0461 THIS IS A REQUEST FOR SF 330.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=337153&FileName=VA256-12-R-0461-001.DOCX)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=337153&FileName=VA256-12-R-0461-001.DOCX

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: CAVHS;2200 Fort Roots Drive;North Little Rock, Arkansas
Zip Code: 72114
 
Record
SN02743662-W 20120511/120509235629-d2d0b07527b3044e4183d7531892caac (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.