DOCUMENT
C -- Hawaii A/E IDIQ - Attachment
- Notice Date
- 6/25/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (NCO 21);VA Northern California HealthCare System;5342 Dudley Blvd, Building 209;Martinez CA 94553-4668
- ZIP Code
- 94553-4668
- Solicitation Number
- VA26114R0679
- Response Due
- 8/13/2014
- Archive Date
- 11/11/2014
- Point of Contact
- Andrea Fair
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Veterans Affairs VA Pacific Islands Health Care System, Honolulu, HI (VAPIHCS) has a need to establish new Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts for Architectural/Engineering services and expert consultants. The IDIQ contracts will be for the following services: architectural design, construction administration services, building systems design, interior and exterior renovations, new building design, medical equipment installation, landscape design, space programming, mechanical engineering, electrical engineering, civil engineering, structural engineering, and fire protection engineering. Prime A/E firms shall have at least one of the following licensed/registered specialty disciplines as members of the firm or team with demonstrable expertise in their respective fields: architectural design, building system design, mechanical, electrical, structural, civil engineering design, fire protection engineering, interior and exterior renovations, new building design, landscape design, space programming, and construction administration services. A total of three (3) hard copies and one (1) electronic copy of the SF 330 are required. SF-330, Part I may be accompanied by any other evidence of experience and capabilities the applicant considers relevant. A separate SF-330, Part II shall be submitted for each proposed consultant's office involved. Selection of firms for interviews and negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: 1.Past Experience of the prime and consultant firms and proposed consultants with healthcare projects; firm must have proven experience in health care design through construction administration, specifically seismic design/retrofits within the Pacific Islands; 2.Specialized experience and technical competence; Experience designing in an active hospital environment - including project phasing, risk mitigation, ICRA, ILSM, PICRA, development of schematic, design development and construction drawings as necessary for all project requests, construction period services for all design contracts leading to construction, cost estimates, schedules, digital models to communicate concepts to users, physical space mock ups, and preparation of statement of work (SOW), site and architectural block or line plans, magnitude cost estimates, analytical, investigative and certification services and reports, attend site visits during scope development and Construction Admin, and validation of clinical program workloads and related data, experience providing design deliverables in BIM format; 3.Capacity to accomplish the work in the required time; Prime firm must capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload and total workload capability of individuals listed in item "B" of the SF330. Literature should be included to demonstrate the firm's ability to meet scheduled deadlines. This will allow the Government to determine the availability of experienced personnel during the performance period of the contract as well as the capacity to accomplish the work required; 4.Past Performance on contracts with respect to cost control, quality of work, and compliance with performance schedules during design and construction phases; to include plans checks and document reviews (prime firm); 5.Geographical location; This factor considers the A/E firm's familiarity of the applicable geographic areas architectural standards and codes, building codes, environmental regulations, soil conditions, seismic requirements and agency regulations within the Pacific Islands. Prime firm must be able to respond (by flight) to the VA facility within a 24 hour time frame, if located on mainland. Local firms must be able to respond (by driving or flight) within 3 hour period. Firms that meet the requirements described in this announcement are invited to submit required SF 330's by 11:00am Hawaii Standard Time, July 15, 2014, to the following: THREE (3) hard copies shall be sent to Mr. Steven Lyell, Facilities Engineering Management Service (138) VA Pacific Islands Health Care System at 459 Patterson Road, Honolulu HI 96819. Hand carried copies can be delivered directly to Mr. Lyell at Building E-Wing, Room 1-C115. ONE (1) electronic copy shall be sent to Ms. Andrea Fair at andrea.fair@va.gov and Ms. Linda Miller at linda.miller442c9@va.gov. Questions regarding the solicitation and project shall be directed, in writing, to the Contracting Officer; Andrea Fair, via e-mail to andrea.fair@va.gov. It is the intent of the Contracting Officer to make up to five (5) IDIQ awards under solicitation VA261-14-R-0679. Interested firms shall be located within 100 miles of any VISN 21 medical facility (Palo Alto, San Francisco, Martinez, Fresno, Reno, McClellan, and Hawaii). This solicitation is set aside for Small Businesses. NAICS Codes 541310, 541320, 541330, 5415410, 541340, 541490 apply. All interested firms must be registered in the System for Award Management (SAM) Database and must have current record in the Online Representations and Certifications Application (ORCA). If you are not registered with SAM, you may register online at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/VA26114R0679/listing.html)
- Document(s)
- Attachment
- File Name: VA261-14-R-0679 VA261-14-R-0679 PRESOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1454482&FileName=VA261-14-R-0679-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1454482&FileName=VA261-14-R-0679-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-14-R-0679 VA261-14-R-0679 PRESOL.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1454482&FileName=VA261-14-R-0679-000.docx)
- Record
- SN03405792-W 20140627/140625234909-d355555038f4cdec5aeba86f4a6cad0e (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 |