Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2002 FBO #0343
SOURCES SOUGHT

C -- INDEFINITE DELIVERY-INDEFINITE QUANTITY (IDIQ) - OPEN-ENDED C= ONTRACT for ARCHITECT-ENGINEERING (A/E) SERVICES (MULTI-DISCIPLINE).

Notice Date
11/8/2002
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Acquisition an= d Materiel Management Service, (90CB), 10000 Brecksville Road, Brecksville,= Ohio 44141
 
ZIP Code
44141
 
Solicitation Number
541-028-03
 
Point of Contact
Contracting Officer - James N. Phillips, Contracting Officer, (440= ) 526-3030 ext. 7444
 
E-Mail Address
Email your questions to James N. Phillips
(james.phillips4@med.va.gov)
 
Description
James Gates, Louis Stokes Cleveland Department of Veterans Affairs Medical Center Chief, Acquisitions Management Section (AMS) 10000 Brecksville Road, Building 1, Room A-104 Brecksville, Ohio 44141 TITLE: INDEFINITE DELIVERY-INDEFINITE QUANTITY (IDIQ) - OPEN-ENDED CONTRACT for ARCHITECT-ENGINEERING (A/E) SERVICES (MULTI-DISCIPLINE). Architect and Engineering Firms=97THIS IS A REQUEST FOR SF 254=92s AND 255=92s ONLY. Any Requests for a Solicitation will not receive a response.. Standard Forms (SF) 254 and SF 255 are DUE on 12/04/2002 by 4:30PM and shall be addressed to the attention of: Lloyd Brodnax, Contracting Officer, 440-717-2839. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). The Louis Stokes Cleveland (LSC), Department of Veterans Affairs Medical Center (DVAMC) has two (2) MEDICAL CENTERS under its cognizance and proposes to issue a maximum of three (3) Open-Ended IDIQ-Type Contracts for each facility. The LSC, DVA Medical Centers=92 are located at (1) LSC DVAMC Brecksville Facility, 10000 Brecksville Road, Brecksville, Ohio 44141 and (2) LSC DVAMC Wade Park Facility, 10701 East Boulevard, Cleveland, Ohio 44106. The selected A/E Firm or Firms shall provide professional architect-engineering services for various VA projects as required by the Government at any facility under the cognizance of the Louis Stokes Cleveland DVAMC. Professional Architect-Engineering Services shall include, but is not limited to: necessary site investigations, consultations, conceptual designs, plans and specifications, verification of as-built drawings, analysis of utility systems, detail drawings and reproduction expenses, accurate cost estimates and construction phase services. This will include, but is not limited to, services of certified and registered professionals in the areas of HVAC Mechanical, Electrical, Structural, Civil, Architecture, Engineering, Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Requirements and Life Safety Codes. .=20 The A/E project team shall include a Certified Industrial Hygienist (CIH) for asbestos survey and development of abatement/removal plans and/or lead based paint abatement plans, if necessary, as well as possible monitoring of either type of abatement during construction, and Fire Protection A/E Services. ATTENTION EMERGING SMALL BUSINESS FIRMS AND UNRESTRICTED FIRMS. This requirement is set-aside for Emerging Small Business firms. An emerging small business firm is a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated below. In the event responses are not adequate to establish competition in accordance with the Brooks Act (3 or more qualified firms establishes adequate competition), the procurement shall become an unrestricted procurement. HUBZone firms should include a copy of the HUBZone certification issued by SBA. Responses are being accepted from all firms, emerging small business firms and unrestricted firms. If adequate and responsive responses (submission of SF 254 and SF 255) are received from emerging small businesses, then this procurement shall be Set-Aside under the Emerging Small Business Program and the unrestricted responses will not be considered. The government may make multiple-awards to the highest rated, responsive, responsible offerors in accordance with FAR 52.216-27. Services shall include facility long and short-term planning and additional consultant support as deemed necessary by the government. Services include design submissions at conceptual, 50% and 100% with updated as-builts on Mylar, AutoCAD (Version 14 or higher) and Microsoft (MS) Word (Version 7 or higher) and on CD-ROM and/or 3.5=94 diskettes. The maximum cumulative A/E fees under any resultant contract shall not exceed $2,375,000.00, which is inclusive of the base year and four (4) one-year option periods or the equivalent of $475,000.00 per year. Any resultant contract(s) shall be for the base year (date of award) through September 30, 2003 with an option to extend the term of the contract for a maximum of four (4) additional years, but in 1-year renewal increments and this authority is at the sole discretion of the Government . The maximum A/E fee for any delivery order shall not exceed $75,000.00. A maximum A/E fee of $15,000.00 would be guaranteed and payable to the A-E firm should no (delivery orders) work orders be issued under any resultant contract(s) for the Base Year or any subsequent =93exercised=94 option year(s). Any unilateral exercised option year by the Government is limited to the same restrictions as the Base Year. Eligible A/E firms must be located within an 80-mile radius of Cleveland, Ohio. The North American Industry Classification System (NAICS) Codes are 541330/541331 Engineering Services. The Small Business size standard is $4,000,000 in annual gross revenues averaged over the past three years. Please state in Block 4, Page 4 of the SF 254 the size standard of your firm. The selected A/E firm or firms for each LSC DVAMC Facility will be required to provide evidence of professional liability insurance of $1,000,000 (minimum). Any prospective Architect-Engineering firm that meets the requirements described herein is invited to submit: (1) Standard Form 254, Architect-Engineer and Related Services Questionnaire and (2) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Projects by the date and time stipulated below. If requested, the A-E firm shall submit any supplemental data to the Contracting Officer of the Contracting Activity identified herein. A/E firms having a current Standard Form 254 on file with this Contracting Activity are still required to submit this form. Prospective Firms desiring to register for consideration of future projects administered by this Contracting Activity (subject to specific requirements for individual projects) are encouraged to submit annually, a statement of qualifications and performance data, utilizing Standard Form 254, Architect-Engineer and Related Services Questionnaire. Prospective Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualifications and performance data submitted, three (3) or more firms that are considered to be the most highly qualified to provide the type of services required, will be placed on a final selection list entitled =93selected firms.=94 The Final Selection List, in order of preference, is a compendium of the firms considered most highly qualified to perform the work with which the Contracting Officer may negotiate. The Order of preference shall be based on demonstrated competence and qualifications necessary for satisfactory performance of the type of professional services required, that include: (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project, and (6) any other special qualifications required under this announcement by the contracting activity. 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. Each prospective 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 80 miles of LSC DVAMC) 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; (9) Team proposed; (10) past performance and experience of the proposed team; (11) cost controlling methods; (12) estimating effectiveness; (13) schedule control; (14) proposed design approach, and (15) location and facilities of the working office(s). SUBMISSIONS: To be considered for selection, interested, eligible firms shall submit three (3) copies of their SF 254 and SF 255 to this Contracting Activity not later than 4:30PM Eastern Standard Time (EST) on December 04, 2002 and addressed to: Lloyd Brodnax, Acquisitions & Materiel Management Service (A&MMS), Contracting Officer-541 (90C)(B), Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10000 Brecksville Road, Building 1, Room A-104, Brecksville, Ohio 44141. THIS IS NOT A REQUEST FOR PROPOSAL. No material will be returned and NO solicitation package or bidder/plan holder list will be issued. Any resultant Award or Awards are subject to Federal Acquisition Regulation (FAR) Clause 52.232-18 entitled Availability of Funds and FAR Clause 52.232-19 entitled Availability of Funds for the Next Fiscal Year.. APPLICABLE NUMBERED NOTES: 1; 13; 22; 23; 24, and 25.
 
Web Link
RFI 541-028-03
(http://www.bos.oamm.va.gov/solicitation?number=3D541-028-03)
 
Record
SN00202354-W 20021110/021108213332 (fbodaily.com)
 
Source
FedBizOpps.gov 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.