SOLICITATION NOTICE
C -- IDIQ A-E Services
- Notice Date
- 9/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
- ZIP Code
- 14215
- Solicitation Number
- VA-528-06-RP-0107
- Response Due
- 10/1/2006
- Archive Date
- 10/31/2006
- Small Business Set-Aside
- Partial Small Disadvantage Business
- Description
- Provide multi-disciplinary Architect/Engineer services for INFRASTRUCTURE UPGRADES AND MAINTENANCE at the VA Western New York Healthcare System (VAWNYHS), Buffalo/Batavia, NY, for a Multiple-Award Indefinite Delivery/Indefinite Quantity Contract (IDIQ). This acquisition is geographically limited to firms located within a 30-mile radius of the VAWNYHS in Buffalo. This procurement is a partial set-aside for an emerging small business; service disable veteran owned small business (SDVOSB), the remainder of the procurement is available for full and open competition. An emerging small business is a business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industrial Classification System (NAICS) code. The NAICS code for this procurement is 541310. The numerical size standard for that NAICS code is $4.5 million. Contracts are anticipated to be awarded after October 1, 2006, subject to the availability of funds. Pertinent factors for consideration for qualifications for the Project Team, listed in order of importance are: (1) specialized experience and technical competence of the firm (including joint ventures or association) with the type of services required, (2) specific experience and qualifications of personnel proposed for assignment to the project, and record of working together as a team, (3) capacity of the firm to perform work (including any specialized) within the time limitations, (4) past record of performance on VAWNYHS contracts, and (5) geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. Work includes, but is not limited to; preliminary/investigative services, production of construction documents, performance of construction period services and site visits, and consultation/meetings/discussions with staff to establish specific program requirements. Plans/specifications will include, but not be limited to; asbestos assessment/removal, general construction, demolition, electrical, HVAC, voice/data systems, plumbing, mechanical, finishes, etc. Separate firm-fixed price task order(s) will be negotiated with the Architect/Engineer and issued during a period of one (1) base year and one (1) Government option year. The minimum A/E fee is $15,000 for the base year and $15,000 for the option year. Individual task orders will not exceed $150,000. Any combination of task orders throughout the duration of the contract, including the option year, will not exceed $450,000. Designs shall be based on statements of work furnished by the Government. All interested parties are required to submit their qualifications to the Contracting Officer in the form of SF 330. Submit to the above referenced address and include the routing symbol (90NCA) to ensure proper delivery. Please verify that all required information is submitted and accurate. Firms should include all relevant information about past design projects similar in type to this project. All responses are to be received by the Contracting Officer no later than 3:00 pm on Friday, September 29, 2006. This is NOT a request for proposal.
- Place of Performance
- Address: 3495 Bailey Ave;Buffalo, NY 14215
- Zip Code: 14215
- Country: USA
- Zip Code: 14215
- Record
- SN01140754-W 20060914/060912220554 (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 |