COMMERCE BUSINESS DAILY ISSUE OF JUNE 5, 2001 PSA #2865
SOLICITATIONS
C -- OPEN-END, INDEFINITE DELIVERY A/E CONTRACT
- Notice Date
- June 1, 2001
- Contracting Office
- Ralph H. Johnson Dept. of Veterans Affairs Medical Center, 109 Bee Street, Charleston, SC 29401-5799
- ZIP Code
- 29401-5799
- Solicitation Number
- 534-68-01
- Response Due
- July 2, 2001
- Point of Contact
- Mary S. Whittaker, Contracting Officer, (843) 577-5011, Ext. 7789
- Description
- This is a total emerging small business set-aside. An emerging small business is defined as a small business concern who's size is no greater thatn 50% of the numerical size standard applicable to the NAICS code assigned to this announcement. NAICS code for this announcement is 541330. The small business size standard for this code is $4.0 million; therefore, the emerging size business size standard is $2.0 million. Provide open-end, indefinite delivery A/E design services to include any combination of field investigation, verification of requirements, conceptual design, contract documents, construction phase services, and post-construction services for projects (delivery orders) yet to be defined within a 450,000 GSF acute care Medical Center, situated on approximately 25 acres prone to flooding & settlement. Delivery orders will be for repair, renovation & maintenance of existing facilities. Services required will be mainly architectural with occasional minor civil, mechanical, plumbing, electrical, structural, & interior support. Requirements will vary with each delivery order. Not all services may be used. Large complex requirements will be addressed separate from this contract. The maximum A/E fee under this contract shall not exceed $250,000. This contract shall be for one year from the date of award or until the $250,000 in fees is reached with options to extend the term of the contract for two (2) additional years only. Negotiations will be conducted for hourly rates for each discipline required, overhead, profit & other cost elements, which are particular to the contract. For each delivery order, the VA will issue a request for fee proposal that includes a scope of work. The fee proposal shall be based on pre-negotiated unit prices. Each specific delivery order shall be negotiated based on the A/E effort involved. The maximum A/E fee for each delivery order shall not exceed $50,000. A minimum A/E fee of $500 over the life of the contract will be guaranteed should no work be ordered under this contract. The option years are limited to the same restrictions as the firt year. Specific evaluation factors, not in priority order shall be: 1) TEAM EXPERIENCE: The professional qualifications of the team proposed by the A/E will be considered for its collective ability to perform the required services. The team will be given particular attention for its overall coordination; previous experience in working together as a team; previous experience with similar work, and its estimating capabilities. Individual members of the team will be considered for their professional qualifications & experience relevant to the project; 2) HEALTH CARE EXPERIENCE: The specialized experience & 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 by this work; 3) TECHNICAL EXPERIENCE: The experience of the individual members of the team with issues unique to the renovation & refurbishment of Health Care Facilities will be considered. Also considered will be experience with the design of modifications to occupied facilities, development of conceptual designs, & preparation of construction documents & preparation of detailed estimates & specifications; 4) AVAILABILITY OF THE TEAM: The ability of all members of the team to respond to unscheduled delivery orders & multiple delivery orders will be considered; 5) GOVERNMENT EXPERIENCE: The past performance of all members of the team on contracts with Government agencies as well as private industry will be considered. Special consideration will be given to proven performance in working with bureaucratic organizations, with non-standard codes & regulations, & with cost control, quality of work, & compliance with performance schedules; 6) LOCATION: Location of principle firm within a two hundred (200) mile radius of Charleston, SC will be considered. Also considered will be the A/E's ability to quickly respond to the Medical Center's needs as expressed in the contract; 7) CAD CAPABILITIES: Computer Assisted Drafting (ACADR14) capabilities & the willingness to comply with local drafting criteria & standards will be considered. Graphic information will be provided to the A/E & returned to the VA in a Charleston VAMC standardized AutoCAD Release 14 format using Compact Disc media. A/E firms are required to respond in writing if interested & shall submit a completed SF 254 & SF 255 to the Ralph H. Johnson Dept. of Veterans Affairs Medical Center, Contracting Officer (90CFO), 109 Bee St., Charleston, SC, 29401-5799. SF 254's are NOT kept on file at this VAMC. Firms responding to this announcement by 2:00 PM, July 2, 2001, will be considered. Following an initial evaluation of the qualification & performance data submitted, three or more firms that are 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 & demonstrate their experience. This is not a request for proposal. Award of delivery orders is subject to the availability of funds and approved projects.
- Record
- Loren Data Corp. 20010605/CSOL002.HTM (W-152 SN50N783)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on June 1, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|