SOURCES SOUGHT
C -- Architect and Engineering Services forthe Department of Veterans Affairs, VISN 3(New York/New Jersey)
- Notice Date
- 10/15/2007
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA-243-08-RP-0029
- Response Due
- 11/9/2007
- Archive Date
- 1/8/2008
- Point of Contact
- Stephanie Morreale, Contracting Officer Network Acquisition and Logistics (NAL) James J. Peters Medical Center 130 W. Kingsbridge Road, Room 9B20A Bronx, NY 10468
- E-Mail Address
-
Email your questions to Contracting Officer's Email Address
(stephanie.morreale@va.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- 1. Provide professional services necessary for the design of various projects that require a comprehensive range of architectural and engineering services. They may also include architectural, electrical, mechanical, structural, plumbing, fire protection, Landscape Architecture, Interior Design, Automatic Transport Systems, Lead and Asbestos Abatement. The scope of work may include but is not limited to the preparation of design, working drawings, planning, programming studies, investigations, site selections specifications, cost estimates, miscellaneous reports, review of shop drawings, samples, equipment, data and other related documents. On certain projects the A/E may be requested to provide most or all of the professional services necessary. Additionally, this contract obligates the A/E to provide all supplemental and/or advisory input as required for projects being designed within VISN 3. The following locations are included: Bronx VA Medical Center, Northport VA Medical Center, VA New York Harbor Healthcare System (Manhattan, Brooklyn & St. Albans), VA New Jersey Healthcare System (East Orange & Lyons), VA Hudson Valley Healthcare System (Montrose & Castle Point) and all VISN 3 Outpatient Clinics, current and future. 2. Multiple awards are anticipated. The services for these contracts shall be provided for a base one (1) year period with an option for renewal for up to four (4) additional years. The total contract amount, including all option years shall not exceed $4,000,000. Each task order shall not exceed $450,000. Work is to be performed after a notice to proceed has been issued and agreed upon by both parties. The contract shall list the following items and/or services a) A cost of services based upon salary rates at the date of negotiation, b) Dates for design review stages including completion date, c) Progress report schedule, d) Prepayment required by the A/E for mailing of all documents sent to the Contracting Officer, e) All work is to be coordinated through the facility's Engineering/Facility Management Personnel, f) Visits made to the site, holding conferences and discussion, with Government representatives, and any other action necessary to obtain the necessary data, g) Preparation of drawings and specifications suitable for contract award, h) Review of shop drawings and submissions during the construction period, i) The A/E shall employ professional personnel to perform the services required, j) The A/E must consider Safety/Infectious Control Measures in all designs as well as working in clinical occupied spaces. No substitution of assigned personnel is to be made without the advance written approval of the Contracting Officer. A/E may be required to hire I.H. services for hazmat material removal. 3. The VA considers originality and imaginative design an essential part of the Engineer's responsibility. The total environmental approach is a necessity to all planning. Site, architectural, style, vehicular and pedestrian circulation, open and screened areas and their relationships to each other should be combined to produce a plan that is functional and aesthetically pleasing. 4. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-330 Part II - Architect-Engineer Qualifications to include brief resumes of key personnel expected to have major responsibilities for the project. Section H of the SF-330 shall be tailored to reflect a strong background in the design and renovation of facility type identified above. One current copy of SF-330 Part I Contract Specific Qualification is required for the prime to include projects related to the type and nature of work for which the firm was responsible, and one copy of SF-330 Part I is required for each of its individual consulting firms, if applicable. Note: The SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Facsimile or other electronically-generated copies will not be accepted. Only firms that submit the forms by the deadline date of November 9, 2007, will be considered for review of qualifications. Failure to submit SF 330 Part I and II will render the submission unacceptable. Completed forms shall be submitted to Network Acquisition & Logistics (9B20A), James J. Peters VA Medical Cener, 130 West Kingsbridge Road, Bronx, NY 10468, ATTN: Stephanie Morreale. Failure to submit SF 330 Part I and II will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance, for the Project Team, are (1) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability; (2) Specialized Experience of Assigned Project Personnel; (3) Capacity to Perform Work in the Required Time; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, for similar type projects, including past Job Corps Center projects, if applicable; (5) location (preference shall be given to Project Team located in the general geographical area of the project, with knowledge of the locality of the project); and (6) Past Performance on projects utilizing integrated design energy efficient building standards. Applicants are required to include a list of three references with telephone numbers and names of contact persons with their submittal. The Project Teams considered the most highly qualified will have references checked. Project Teams still considered the most qualified following the reference checks will be interviewed. 5. In accordance with Public Law 109-461, first consideration will be given to Service Disabled Veteran Owned Small Businesses (SDVOSBs), then to Veteran Owned Small Businesses (VOSBs), then to 8a and HUB Zone firms, then to all other small businesses, and finally to large businesses. All work shall be in compliance with VA design criteria, NFPA 101, NEC, etc. North American Industry Classification System (NAICS) Code is 541310. SF 330s are due in this office by COB November 9, 2007. This is not a request for proposal. Award is subject to availability of funds.
- Place of Performance
- Address: Various Locations Throughout VISN 3
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN01434126-W 20071017/071015223245 (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 |