Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
DOCUMENT

C -- 487-11-101 - VISN 10 Master Record Drawings (BIM) - Attachment

Notice Date
5/1/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office VISN 10;260 E. University Avenue;Cincinnati, OH 45219
 
ZIP Code
45219
 
Solicitation Number
VA25012R0376
 
Response Due
5/30/2012
 
Archive Date
6/29/2012
 
Point of Contact
Brandon P. Oden
 
E-Mail Address
n.Oden@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
***THIS IS NOT A REQUEST FOR PROPOSALS.*** NO SOLICITATION PACKAGE OR BIDDER LIST WILL BE ISSUED. Network 10 Contracting Office (NCO 10), is seeking sources to provide Architectural/Engineering (AE) design services. The A/E shall develop a Master Record Drawing set - (BIM) of all buildings and their respective Campus orientation (Floor Plans and Assorted Utilities type information) as listed in the Scope of Work (SOW) for the five (5) VISN 10 VA Medical Center's; Chillicothe, Cincinnati, Cleveland, Columbus, and Dayton (Note that Ft. Thomas KY is included and is also part of the Cincinnati Facility. In Summary, this SOW equates to six (6) Medical Center Facilities under (5) five administrative campuses. VISN 10 facilities are in the Ohio geographical location (with the exception of Ft. Thomas which is in Kentucky). The A/E shall develop a uniform CAD Standards System for a universal and expandable Record Drawing library. The uniform CAD Standards System must be consistent with accepted industry standards and existing VA CAD standards except for Drawing Symbol Identification which is identified by site. The Record Drawing set will contain FIELD-VERIFIED, as-built drawings for General, Life Safety, Civil, Site, Structural, Architectural, Fire Protection, Plumbing, Steam Distribution, Mechanical, Electrical, Technology, Asbestos and Hazardous Materials, Security System, Overhead Paging System, Nurse Call System, and Space Driver drawings. Details of each drawing type are provided in the SOW for the VA Medical Center Campus and follow the VA BIM Guide. CONTRACT PERIOD: This contract is only for the above requirement. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit and other cost elements, which are particular to the contract. SIZE STANDARD/NAICS CODE: The NAICS code is 541310, Architectural Services. The Small Business Size Standard is $4.5 million gross annual revenue. This acquisition is for full and open competition, however, socio-economic status will be considered during evaluation. Interested AE firms must address the following evaluation factors for the request for proposals: Specific evaluation factors, not in priority order shall be: 1)TEAM EXPERIENCE PROPOSED FOR THIS CONTRACT: The professional qualifications of the team proposed by the A/E will be considered for its collective ability to perform the required services. The Architect must be registered in the states they will provide design services (Ohio and Kentucky). The team will be given particular attention for its overall coordination; previous experience with similar work, and its estimating capabilities. Individual members of the team will be considered for their professional qualifications and relevant healthcare experience. Evaluation of their background of the following personnel: project manager, key personnel and consultants. 2)PROPOSED MANAGEMENT PLAN: Team organization and address how the team addresses: a) conceptual design and b) design phases. 3)PREVIOUS EXPERIENCE OF PROPOSED TEAM: Address project experience related to healthcare work. The specialized experience and technical competence by each member of the team in health care related work will be considered. Preference will be given to experience similar to that required. Address experience with Building Information Modeling (BIM) and BIM Management Plan (BMP). 4)LOCATION AND FACILITIES OF WORKING OFFICE: Address the locations of the AE firm prime offices and consultants. Address how the AE firm will respond to requirements in meeting design requirements. Address AE team site visit costs. 5)PROPOSED APPROACH FOR HANDLING MULTIPLE DELIVERY ORDERS FOR DESIGN & QUALITY CONTROL: Address proposed design philosophy. Address how the AE firm will handle anticipated problems and potential solutions. Address how AE firm and consultants shall provide quality control for each task order. 6)PROJECT CONTROL: Describe techniques planned to control the schedule and costs. Describe the personnel responsible for schedule and cost estimation. Describe experience with RS means and cost/estimating tools. Describe internal quality control procedures. 7)ESTIMATING EFFECTIVENESS: Prove ten most recent bid projects, identifying your initial AE construction budget, bid price of project, amount of change orders and percent of changes for the various major divisions (architectural, mechanical, electrical, structural, civil. 8)SUSTAINABLE DESIGN: Describe your teams design philosophy and method of implementing. 9)MISCELLANEOUS EXPERINECE AND CAPABILITIES: In this section, offers should address the following experience: a) CAD, BIM and other computer applications; c) value engineering and life cycle cost analyses; d) environmental and historic preservation considerations; e) energy conservation and new energy resources; and f) CPM and fast track construction. 10)AWARDS: Address any awards received for design excellence. 11)INSURANCE AND LITIGATION: Address the type and amount of liability insurance carried. Identify any litigation involvement over the last ten years and its outcomes. 12)SOCIOECONOMIC STATUS/BUSINESS SIZE: Socioeconomic status will be considered. Contractors will address their firm's size to include, but not limited to socioeconomic status. Service Disabled Veteran Owned Small Business Veteran Owned Small Business To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). A/E firms are required to submit their proposals electronically. The proposal must include SF 330, Architect/Engineer Qualifications (form is available on-line at: http://vaww.va.gov/facmgt/ae/), current hourly rates for all disciplines submitted, and address all evaluation criteria. Please email your information electronically as a zip file to Brandon.Oden@va.gov. No hard copy documents will be submitted or allowed. Proposals must be received no later than 4:00 p.m. on May 30, 2012, in order to be considered. Following an initial evaluation of the qualification and performance data submitted by the AE firms three or more firms (considered to be the most highly qualified to provide the type of services required) will be chosen for interviews. Firms selected for interviews will be requested to present their approach for this work and demonstrate their experience. Each AE firm will be ranked according to their interview and proposal submitted and top AE firm will be selected for a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/VA25012R0376/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-12-R-0376 VA250-12-R-0376.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=332343&FileName=VA250-12-R-0376-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=332343&FileName=VA250-12-R-0376-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02735571-W 20120503/120501235428-368c749e69e0c4d3e67498a603001703 (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.