Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite QuantityArchitect-Engineer Service for VA NationalCemeteries Nationwide

Notice Date
7/2/2007
 
Notice Type
Sources Sought
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Construction Support Division (41D3B);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-786A-07-RI-0047
 
Response Due
8/2/2007
 
Archive Date
10/1/2007
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Indefinite Quantity Architect-Engineer Service for VA National Cemeteries Nationwide POC Scope: Dennis Gerdovich , Ph. 202 565-5906 Selection Process: Robert T. Smoot, Ph. 202-565-4181 Applications are invited from architectural/engineering, landscape architect, or civil engineering firms (NAICS 541310, 541320 and 541330), to provide indefinite delivery, indefinite quantity professional services for design and construction related work at VA National Cemeteries nationwide including the continental United States, Hawaii, Alaska and Puerto Rico. These services may include, but will not be limited to: pre-design services such as environmental assessments, Master Plans, development of design programs, schematic designs, design development documents, construction documents, preparation of design build request for proposals (RFPs), facility condition assessments, technical studies, standards and specifications preparations, cost estimates and reports; design period services such as review and analysis of designs by other A/Es, appropriateness of functional layout, system selection, technical solutions, sustainability, value engineering and life cycle operation considerations, technical studies, suggested design solutions or modifications, construction market surveys, constructability and bid-ability reviews; estimates for change orders, construction period services, inspections; technical studies such as archeological, historic and cultural preservation reports, post construction services such as post occupancy evaluations. Projects will involve cemetery design, sitework, utilities and their structures and will require all of the following disciplines: site planning, landscape architecture, civil, architectural, structural, geo-technical, mechanical, electrical, plumbing, irrigation, environmental engineering, cost estimating, historic preservation, interiors, CADD. Services will be directed through the issuance of individual task orders and will be performed during a one-year period (with four one-year renewal Government options). The government intends to select four contractors for these services. The maximum order limitation for each contract will be approximately $1,000,000.00 per year (maximum of $5,000,000 per contract for the base plus 4 option years). Only architectural/engineering, landscape architect or civil engineering firms demonstrating the above capabilities and a planned approach to perform contract services will be considered. Four (4) firms 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 SF330 Part I and other evidence of experience and capabilities the applicant considers relevant is received by the VA A/E Evaluation & Program Support Team (OOCFM1B), Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, within 30 days of the date of this advertisement. A current SF330 Part I, representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included with the application together with current SF330s 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 service-disabled veteran-owned small businesses, veteran-owned small businesses, 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 business sub-contracting goals will be 25% (SB), 4% (SDB), 5% 8(a), 5% (WOB), 3.05% (HUB Zone), 7% (VOB), and 3% (SDVOSB). Note: The "covenant against contingent fee" clause is applicable to this solicitation.***
 
Place of Performance
Address: (Projects in Continental United States, Hawaii,;Alaska and Puerto Rico)
Zip Code: 20420
Country: USA
 
Record
SN01332836-W 20070704/070702220550 (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.