Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

C -- Mechanical A/E IDIQ

Notice Date
8/7/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VA Salt Lake City Health Care System (See VA Rocky Mountain Consolidated Contracting Center), Department of Veterans Affairs Salt Lake City Health Care System, Department of Veterans Affairs;VA MEDICAL CENTER;500 FOOTHILL DRIVE;SALT LAKE CITY, UTAH 84148;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA-259-08-RP-0265
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
RITA CRIGER801-584-1245
 
Small Business Set-Aside
N/A
 
Description
The George E. Wahlen VA Medical Center in Salt Lake City, Utah has a requirement for an Indefinite Delivery/Indefinite Quantity, Mechanical Architect/Engineering contract. Contract period will be for a base year with provisions for 4 1-year option periods. The VASLCHCS obligates a minimum of 50,000 in services during the term of this contract, including any renewal option periods. The estimated maximum cumulative A/E fees under any resultant contract shall not exceed $1,000,000, which is all inclusive of the base year and four (4) one year option periods. The work will be defined and implemented by negotiated firm fixed-price task orders. A/E services may include but not limited to: studies, site investigation, concepts, schematics, design development and construction documents, cost estimates and construction period services. The A/E selection criteria shall include the following elements ( I ) through ( XI ), not necessarily listed in order of importance or merit: ( I ) Professional qualifications and designations of the firm's staff/consultants to be assigned to the projects ( II ) Proposed management plan; ( III ) Previous experience (specialized experience of the firm (prime and consultants) in the design of repair, renovation, alteration, or upgrade projects, new construction projects, and engineering studies of medical and similar facilities); ( IV ) Facilities location (Prime firm and Consultants); ( V ) Proposed design approach; ( VI ) Project control (Cost and Schedule); ( VII ) Estimating effectiveness; ( VIII ) Team design philosophy and method of implementing; ( IX ) Describe your experience and capabilities in the following areas: Value engineering, life cycle analysis, critical path method, fast-track-construction, energy conservation, new energy sources, environmental assessment, specialized experience, computer aided design, drafting, and other computer applications; ( X ) Describe awards received; ( XI ) Describe circumstances and outcomes of any litigation you have been involved in over the past five years and indicate type and amount of liability insurance you carry. This is a request for the SF 330 only. One A/E firm will be selected. All interested firms shall submit three (3) copies of their SF 330 no later than 1:00 PM Mountain Time on August 22, 2008 and shall be addressed to: Rita Criger, Acquisition & Materiel Management (04AA), 500 Foothill Drive, Salt Lake City, Utah 84148. Eligible firms must be located within a 100-mile radius of the VASLCHCS. For further information regarding this proposed acquisition, email rita.criger@va.gov. Request for Proposal (RFP ) VA-259-08-RP-0264 shall be utilized to solicit a proposal from the selected firm. THIS IS NOT A REQUEST FOR PROPOSAL. No material will be issued and no solicitation package or bidder/plan holder list will be issued. Ms. Criger can provide electronic copies (MS Word Format) of the SF 330 to interested parties, or the forms and instructions for their completion may be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do Form Type - SF 330. Please submit any question by email. Fax copies of forms will not be accepted. Personal visits to discuss this contract will not be scheduled but communication for such may be required after the submittal review by the selection board. Small and disadvantaged firms are encouraged to participate as a prime consultant or as members of joint ventures with other small businesses. If subcontracting opportunities exist and the submitting firm is not a small business, the submitting firm should submit a subcontracting plan.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6434617f4fc827ab8bed04311e02eca9&tab=core&_cview=1)
 
Place of Performance
Address: 500 FOOTHILL DRIVE;SALT LAKE CITY, UTAH
Zip Code: 84148
 
Record
SN01633733-W 20080809/080807222319-13ee41ed8b655eb08abea5cddd0b2ab1 (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.