Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
SOURCES SOUGHT

C -- VISN 18 A-E MULTIPLE-AWARD IDIQ (BASE + 4YRS)

Notice Date
4/4/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Contracting Section (90C);650 E Indian School RD;Phoenix AZ 85012
 
ZIP Code
85012
 
Solicitation Number
VA-258-08-RP-0081
 
Response Due
5/5/2008 5:00:00 PM
 
Archive Date
7/4/2008
 
Point of Contact
ENRIQUE RIVERA
 
Description
The VISN 18 Acquisition Service Center, Phoenix, AZ, is seeking an Architect/Engineering firm capable of providing multi-discipline design services on an as-needed basis under a fixed price, indefinite-delivery, indefinite quantity (IDIQ) contract, in accordance with PL-582 (Brooks A-E Act) and as implemented in FAR Part 36.6, VAAR Part 836.6. The A-E IDIQ contract may be utilized by all VA Medical Centers within Veterans Integrated Service Network 18 (VISN 18). Therefore, we are soliciting the most highly qualified businesses, encompassing all socio-economic groups, to include large businesses. Selected A-E firms will include, but not be limited to, emerging small businesses, small businesses, veteran-owned and service-disabled veteran-owned small businesses, hub-zone, and 8(a). In order to be eligible for award, firms are required to register at the Central Contractor Registration (CCR) website located at http://www.ccr.gov. VISN 18 consists of: (1) New Mexico VA Health Care System, Albuquerque, NM (Station 501); (2) Amarillo VA Health Care System, Amarillo, TX (Station 504); (3) West Texas VA Health Care System, Big Spring, TX (Station 519): (4) El Paso VA Health Care System, El Paso, TX (Station 756); (5) Phoenix VA Health Care System, Phoenix, AZ (Station 644); (6) Northern AZ VA Health Care System, Prescott, AZ (Station 649); and (7) Southern AZ VA Health Care System, Tucson, AZ (Station 678). Services will be required for an undetermined number of projects of varying size and complexity. Individual Task Orders will be issued against the contract for designated projects. Contract duration will be for one (1) base year plus four (4) options years from the date of the initial contract award. The total amount that may be paid under this contract (including all option years) is $5mil. VA reserves the right to award multiple contracts, with all VISN 18 VA Medical Centers having the ability to use these contracts. Services which may be required include, but are not limited to, providing scope, development, planning, concept development, interior design, environmental studies, feasibility studies, program analysis, design review, value engineering reviews, consulting/construction management for work, building designs for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building addition and/or building renovations. Additional services that may be required include, but are not limited to, Master Planning/Medical Planning, preparation of designs, plans, drawings, life-cycle cost analysis, construction cost estimates, project specifications, fact-finding studies, surveys, investigations, other professional A/E services not necessarily connected with a specific construction project, and supervision/inspection of projects under construction. The services may be performed in phases, at the option of the Government. These phases will be executed when the Contracting Officer issues a separate written "Notice to Proceed" to the Architect-Engineer for the particular phase. For any one project, a Task Order will be issued not to exceed $1,000,000.00 and the total cumulative contract amount for task orders shall not exceed a maximum of $5 mil per contract for the entire period of performance noted herein, including renewal options (if exercised). The minimum guarantee over the life of this contract is $10,000. Once the individual contracts are awarded the VA's are NOT committed to contracting for the estimated amounts noted herein. Award of individual task orders issued by the VA Medical Centers will be dependent upon the need and the estimated dollar value of the design. The following Evaluation Criteria will be used during the A-E Selection Process: (1) Professional Qualifications necessary for satisfactory performance of required services, including consultants (Note: This contract is expected to incorporate a wide range of various types of projects, the experience of the firm and its' consultants in a multitude of project types will be evaluated); (2) Reputation and standing of the firm and its principal officials, with respect to professional performance, general management, and cooperativeness; (3) Specialized experience and technical competence in health care facilities(to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (i.e. demonstrated success in prescribing the use of recovered materials, and using waste reduction and energy efficiency in facility design); (4) Specific experience and qualifications of personnel proposed for assignment to the project(s) and their record of working together as a team; (5) Capacity to accomplish the work in the required time (Note: No unreasonable design deadlines are anticipated, however, the general workload and staffing capacity of the design office will be evaluated. The firm's ability to respond to the needs of the VAMC will be evaluated under this category); (6) Past performance on contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules, and a record of significant claims against the firm due to improper or incomplete engineering services (references required); (7) Capability of and commitment to provision of accurate professional services during the construction period. This includes timely replies to RFIs, review of submittals & shop drawings, and periodic construction inspections. (8) Small business credit - given in the following order of priority “ Service-disabled Veteran-owned small business (SDVOSB), Veteran-owned small business (VOSB), 8(a) Program, HubZone Program, Woman-owned small business, minority-owned small business, small business with no socio-economic category; (9) Geographic Location - The geographic proximity of the AE firm to the VA Medical Centers in VISN 18 and the AE's familiarity with the locality of the design project(s) will be evaluated (Note: Area of consideration is restricted to firms located within 400 miles of either the Phoenix or Albuquerque Medical Centers). The NAICS Codes are 541310 (Architect Services) and 541330 (Engineering Services). The small business size standard for both NAICS codes is $4.5mil. See Numbered Note 24. SF Form 330 is available on-line at: http://vaww.va.gov/facmgt/ae. Interested A-E Firms meeting the requirements of this announcement are invited to submit six (6) completed SF 330's as well as a single electronic copy (on a compact disc) to: VISN 18 Contracting, Carl T. Hayden Medical Center, 650 E. Indian School Rd., Phoenix, AZ 85012 Attn: Enrique Rivera, by 3:00 PM local time on May 1, 2008. No Faxed or emailed SF 330's will be considered. The total number of sheets for a single submission will not exceed 50 pages (equals 100 pages printed both sides). All submissions must be bound in some manner (spiral, binder, etc). Late responses will be handled in accordance with FAR Subpart 15.208. IF THE AE IS PLANNING ON USING A JOINT VENTURE AGREEMENT--TWO COPIES OF THE AGREEMENT MUST BE PRESENTED TO THE CONTRACTING OFFICER ALONG WITH THE SF 330. After the evaluation of submissions in accordance with Brooks Act criteria, the top firms considered to be the most highly qualified will be chosen for interviews to present their approach, experience, and capabilities. Interviews of selected firms will be conducted both in Phoenix, AZ and Albuquerque, NM. The Government will not pay nor reimburse any costs associated with responding to this sources sought synopsis request or any travel (if required) during the interview process. Award is subject to the availability of appropriated funds. The Government is not obligated to request any additional information from an AE firm who does not provide sufficiently detailed information. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. AE FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. PROPER COMPLETION OF THE SF 330'S WILL PROVIDE ALL THE NECESSARY INFORMATION FOR THE GOVERNMENT TO SELECT THE TOP FIRMS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5dfcaec28a2369dd67104f5ccf590d35&tab=core&_cview=1)
 
Place of Performance
Address: 650 E. INDIAN SCHOOL RD;PHOENIX, AZ
Zip Code: 85012
 
Record
SN01548123-W 20080406/080404221852-5dfcaec28a2369dd67104f5ccf590d35 (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.