Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 23, 2001 PSA #2835
SOLICITATIONS

C -- MULTI-DISCIPLINE OPEN-ENDED A/E CONTRACT

Notice Date
April 19, 2001
Contracting Office
Department of Veteran Affairs Medical Center, Contracting Officer (9-90C), 3601 S. 6th Avenue, Tucson, AZ 85723
ZIP Code
85723
Solicitation Number
678-50-01
Point of Contact
Carlene Finch, Contracting Officer, Tel (520) 629-4610 or Fax (520) 629-1817.
Description
Indefinite Delivery, Indefinite Quantity Multi-Discipline Open-Ended A/E contract for the Southern Arizona Veterans Affairs Health Care System (SAVAHCS), Tucson, AZ. This contract will be a multi-discipline contract and shall include architectural, mechanical, electrical, civil, and structural disciplines. A-E services are required for the preparation of construction documents including plans, specifications, cost estimates, studies, record drawings and review of shop drawings and submittals. The duration of the contract will be for one (1) year from the date of the initial contract award and four (4) option years. The options may be exercised within the time-frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A-E performance under the subject contract. The estimated start date is July 2001. The total amount that may be paid under this contract (including the option years) will not exceed $490,000. The minimum guarantee for the entire contract term (including the option years) shall be $75,000. Additionally, individual delivery orders shall not exceed $75,000. The A-E must be located within 150 miles from Tucson Arizona to be considered. The NAICS Code is 54133/54131 and the small business size standard classification is $4 million. THE ANTICIPATED PROJECTS FOR THE FIRST YEAR ARE AS FOLLOWS: (1) Audiology Booth Expansion: Provide a new modular structure tied into existing building, containing 4 VA purchased Audiometric Booths. It is expected booths will be purchased in advance, and modular structures will be built around the booths. Design work will also include site utilities to support this project, as well as other planned modular structures in the vicinity. (2) Replace B52, Research. Planning will also include possible placement of additional structures in the future. ANTICIPATED PROJECTS FOR THE OPTION YEARS ARE AS FOLLOWS: (1) Emergency Power Additions and (2) Renovate for Dialysis. The A-E must demonstrate his and each consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) through (7) are of equal importance; factor (8) is of lesser importance than factors (1) through (7). SPECIFIC EVALUATION FACTORS INCLUDE: (1) Professional qualifications of the firm, principles, and staff including those of any consultant, proposed for designing the anticipated projects described above. Reputation and standing of the firm and its principal officials with respect to processional performance, general management and cooperativeness; (2) Specialized experience and technical competence in the type of work described above. Firm's prior experience should include, at a minimum, completion of projects associated with health care facilities, to include emergency power installation and code compliance issues where appropriate; (3) Capacity of the firm and project teams to accomplish multiple projects simultaneously within the required time constraints and record working as a team; (4) Past performance on contracts with Government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Specific internal quality control procedures. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications; (6) Location in the general geographical area of the anticipated projects (within 150 miles of Tucson) and knowledge of local site conditions; and ability of the firm to provide timely response to requests for on-site support; (7) Record of significant claims against the A-E because of improper or incomplete architectural and engineering services; (8) The volume of work previously awarded to the firm by the Department of Veterans Affairs. SUBMISSIONS: Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 254 and SF 255 including each sub-consultant's current SF 254 to Carlene S. Finch (9-90C), SAVAHCS, 3601 S. Sixth Ave., Tucson, AZ 85723, not later than 4:00 (PST) 30 days after publication in the Commerce Business Daily. Fax copies of the SF 254 and 255 will not be accepted. No material will be returned. THIS IS NOT A REQUEST FOR PROPOSAL and NO solicitation package or bidder/planholder list will be issued.
Record
Loren Data Corp. 20010423/CSOL003.HTM (W-109 SN50J744)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 19, 2001 by Loren Data Corp. -- info@ld.com