SOURCES SOUGHT
C -- Indefinite Quantity Architect-Engineer Service for VA National Cemeteries Nationwide
- Notice Date
- 7/25/2002
- Notice Type
- Sources Sought
- Contracting Office
- Attn: Department of Veterans Affairs Office of Facilities Management, 810 Vermont Avenue, NW, Washington, District Of Columbia 20420
- ZIP Code
- 20420
- Solicitation Number
- 786-205-02
- Response Due
- 8/26/2002
- Point of Contact
- Point of Contact - Robert Smoot, Director, A/E Evaluation and Program Support Team (181A), (202) 565-4181, Contracting Officer - Robert Smoot, Director, A/E Evaluation and Program Support Team (181A), (202) 565-4181
- E-Mail Address
-
Email your questions to Robert Smoot
(bob.smoot@hq.med.va.gov)
- Description
- POC Scope: Edison B. Carlos, 202 565-4151/ Selection Process: Robert T. Smoot, 202-565-4181. Applications are invited from architects or architect/engineer or landscape architect or civil engineering firms (NAICS 541310, 541320, 541330), to provide indefinite delivery/indefinite quantity professional services for design/construction related work at VA National Cemeteries nationwide including the continental United States, Hawaii, Alaska and Puerto Rico. These services may include, but not limited to: capital investment proposals, pre-design services such as facility assessments, development of design programs, computer modeling simulation, schematic designs, preparation of design/build request for proposals (RFPs), technical studies, standards and specifications, cost estimates and/or reports; design period services such as review and analysis of designs by other A/Es for compliance with national codes, scope of work, good design practices, adequacy and appropriateness of functional layout, system selection, technical solutions, sustainability, value engineering and life cycle operation considerations, technical studies, reports, cost estimates and/or suggested design solutions or modifications; construction period services such as inspections; technical studies such as environmental impact, archeological, historic and cultural preservation, cost estimates and/or reports; and, post construction services such as post occupancy evaluations. Projects will primarily involve cemeteries and their structures and will require some or all of the following disciplines: architecture, landscape architecture, civil, structural, geo-technical, mechanical, electrical, and environmental engineering, planning, cost estimating, plumbing, historic preservation, interiors, CADD, and CAFM. Services will be directed through individual task orders and will be performed during a one-year period (with four one-year renewal Government options). The minimum order will be $5,000.00. Only architectural, landscape architect or civil engineering firms demonstrating the above capabilities and a planned approach to perform contract services will be considered. Two (2) large, unrestricted firms and one (1) small firm will be selected for these services. While the area of consideration is nationwide, additional consideration in the selection process will be made for firms with Washington, DC, and multi-state offices. No firm will be considered unless an application consisting of a completed SF 255 and other evidence of experience and capabilities the applicant considers relevant is received by the VA A/E Evaluation & Program Support Team (181A), Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, within 30 days of the date of this advertisement. A current SF 254, representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included with the application together with current 254s for each proposed consultant?s office involved. Applications will be rated based on the relevant experience of both the firm(s) and assigned individuals, the applicant?s capacity to do the work, record of past performance on VA work, geographic consideration and the participation of minority-owned and women-owned consultants, and demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Award of a contract is dependent upon the availability of funds. This is not a request for a proposal. If subcontracting opportunities exist and the submitting firm is not a small business, the small, small disadvantaged and women-owned business contracting goals will be 23% (SB), 5% (SDB), 5% (WOB), 2.5% (HUB Zone), 7% (VOB), and 3% (DAV). Note: The ?covenant against contingent fee? clause is applicable to this solicitation.***
- Web Link
-
RFP 786-205-02
(http://www.bos.oamm.va.gov/solicitation?number=786-205-02)
- Record
- SN00125306-W 20020727/020725232446 (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 |