Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2008 FBO #2264
SOLICITATION NOTICE

C -- Imaging Center, Harry S. Truman Memorial Veterans AffairsMedical Center (VAMC), Columbia, Missouri

Notice Date
2/5/2008
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S 4th Street Trafficway;LEAVENWORTH KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-08-RP-0162
 
Response Due
3/6/2008
 
Archive Date
5/5/2008
 
Point of Contact
Christine L. Scena VA Heartland Network 15 Network Business Office Contracting Div (10N15-90) 4101 S. 4th Street Trafficway Leavenworth, KA 66048
 
E-Mail Address
Email your questions to Contract Specialist
(Christine.Scena@va.gov)
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: The VISN 15 Network Business Office, Leavenworth, KS, is seeking qualified AE Firms in the geographic area within a 150 mile radius of Columbia, MO, for award of a Firm Fixed Price Architect Engineer Contract to perform the AE services for the complete design, including construction period duties for Project 589-999, Imaging Center at the Harry S. Truman Memorial Veterans Affairs Medical Center (VAMC), Columbia, Missouri. The NAICS Code for this acquisition is 541310 - Architectural Services. Contract award is anticipated in July 2008. The Construction Cost Range for Project 589-999 is between $5.0 mil and $10.0 mil. SCOPE OF SERVICE: AE design and construction period services for a project to relocate the Radiology Department from the 1st floor east to the 1st floor west side of the existing main building, relocate MRI/PET Scanner pad from the Hospital's main entrance to the west side, provide access corridor to the MRI/PET Scanner, add mechanical space on the roof to provide new energy efficient HVAC system and upgrade mechanical, electrical and plumbing utilities. The area shall remain in 24/7 operations therefore construction phasing is critical to the design. The VA intends to retain the AE design Firm for construction period services based on availability of funding. SELECTION CRITERIA: The VA will utilize the following selection criteria in descending order of importance: (1) Specialized experience and technical competence of the firm (including a joint venture 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) Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. Unusually large existing workload that may limit A/E's capacity to perform project work expeditiously; (4) Past record of performance on contracts with the Department of Veterans Affairs; (5) Geographic location and facilities of the working office(s); (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (7) Inclusion of disabled veteran-owned consultant(s) veteran-owned consultants, minority owned consultant(s) and/or women-owned consultant(s) SUBMISSION REQUIREMENTS: All responding firms, including consultants to the primary firm, are required to submit one completed Standard Form 330 Architect-Engineer and Related Services Questionnaire, dated within one year of the date of this announcement. Submit required documents no later than 4:30 PM C.S.T, March 6, 2008, to the Issuing Office address shown above. This is a Full and Open Competitive Solicitation. Responding firms, either multi-disciplined or collaborating with consultants, must demonstrate capability in healthcare architecture, interior design, surveying, civil, structural, mechanical, electrical, communications, environmental, fire protection, cost estimating, specification writing, and construction surveillance skills as described herein. Small and disadvantaged firms are encouraged to participate as a prime consultant or as members of joint ventures with other small businesses. Reference No. VA-255-08-RP-0162 has been assigned to this business opportunity and should be referenced on any future correspondence regarding this notice. Any questions must be submitted in a Request for Information format (RFI). It must be on letterhead, have the solicitation number and name in the subject field and a signature. RFI may be submitted via e-mail to Christine.Scena@va.gov. Please allow 48 hours for a response, no phone calls please.
 
Place of Performance
Address: Harry S. Truman Memorial VAMC;800 Hospital Drive;Columbia, MO
Zip Code: 65201
Country: USA
 
Record
SN01500296-W 20080207/080205223459 (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.