Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2008 FBO #2531
SOLICITATION NOTICE

C -- Multiple-Award IDIQ Contract for A/E Services Stratton VA Medical Center, Albany NY

Notice Date
10/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Albany VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Samuel S . Stratton VA Medical Center;113 Holland Avenue;Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
VA-528-09-RP-0002
 
Response Due
12/1/2008
 
Archive Date
12/31/2008
 
Point of Contact
Jason V WhiteContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
The VA Upstate New York Healthcare System Medical Center at Albany is soliciting sources for a multiple-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to at least two qualified Architect/Engineer (A/E) firms. Applicable NAICS codes are 541310 and 541330. ONLY FIRMS WITHIN 200 MILES OF THE STRATTON VA MEDICAL CENTER WILL BE CONSIDERED FOR AWARD. This will be a cascaded set-aside, in compliance with the Brooks Act and the Small Business Competitiveness Demonstration Program. No set-aside is currently established, but the Contracting Officer reserves the right to establish one before evaluation should the requisite amount of socio-economic entities submit offers. The hierarchy of socio-economic entities used for this solicitation is as follows: 1.Service Disabled Veteran-Owned Small Business/Emerging Small Business 2.Veteran Owned Small Business 3.HUBZONE Business 4.MBE/8a/Small Disadvantaged Business/Women-Owned Small Business 5.Small Business Offers will be evaluated upon SF 330 submissions to create a shortlist of the most highly rated firms. These short-listed firms will be invited to attend oral presentations on-site at the Stratton VA Medical Center, which will serve as the second and final phase of evaluation before negotiations commence. The highest rated firms will be invited to propose standard labor rates for various A/E trades, as well as standardized profit and overhead rates, from which the VA may order services for various projects taking place at the medical center. The contracts will be for one base year and four options years that may be exercised as a unilateral right of the Government. The minimum (guaranteed) order amount over the potential five year life of the contract shall be $25,000. The maximum amount that may be ordered in any one year is $200,000, for a five-year maximum of $1,000,000 per awardee. Ordered design tasks will be varied in nature and no specific list of projects can be provided. However, the following trades are expected to be within the scope of available A/E services: Mechanical Design/Engineering; Electrical Design/Engineering; Plumbing Design/Engineering; HVAC Design/Engineering; Environmental Analysis, which may include hazardous substance testing and abatement planning; Structural Engineering/Analysis; Civil Engineering/Analysis, which may include geological surveys, topographical surveys, concrete design, retaining wall analysis, etc.; Interior Design and/or Space and Layout Schemes; Design-Build Preparation (completing scopes of work, creating project descriptions, creating partial designs for completion by design-build contractors, etc.); Land Surveying; General Architectural Design Services; and Cost Estimating. A/E IDIQ awardees will be responsible for the full spectrum of Phase I, II, and II services, spanning various design submissions, assistance to contracting officers during the solicitation and evaluation of construction offers, and oversight/analysis/certification of construction work at various phases of completion. The awarded contracts will be subject to the A/E solicitation procedures specified in FAR part 36 and VAAR part 836. Therefore, this posting is NOT a request for proposals, nor will a request for proposals be issued until the negotiation phase of the selection process. Firms interested in participating in this solicitation should submit a Standard Form 330 (A/E qualifications statement), preferably in electronic (PDF) format, to Jason.white@va.gov no later than December 1, 2008 at 15:00 EST. Hard copies will be accepted if mailed to Jason White, Contract Specialist, Stratton VA Medical Center, 113 Holland Ave., Room C67, Albany NY 12208 by December 1, 2008. Hand-carried submissions will also be accepted at that address, if delivered prior to the date and time specified above. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. A template for standard form 330s is available at the GSA forms website, http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. All inquiries should be in email form to the email address specified above and should include the RFP number (VA-528-09-RP-0002) in the subject line.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=54aec79045f14595f0d29e6ccd8e5cb3&tab=core&_cview=1)
 
Place of Performance
Address: Samuel S. Stratton VA Medical Center;113 Holland Ave;Albany NY 12208<br />
Zip Code: 12208<br />
 
Record
SN01698062-W 20081031/081029214956-54aec79045f14595f0d29e6ccd8e5cb3 (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.