Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2009 FBO #2783
SOLICITATION NOTICE

C -- RECOVERY C--Multi-Discipline A/E, Under $50,000

Notice Date
7/8/2009
 
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, George E. Wahlen;VA Medical Center;500 Foothill Drive;Salt Lake City, UT 84148
 
ZIP Code
84148
 
Solicitation Number
VA-259-09-RP-0335
 
Response Due
8/10/2009
 
Archive Date
10/9/2009
 
Point of Contact
Susan CowinContract Specialist<br />
 
E-Mail Address
Contract Specialist
(Susan.Cowin@va.gov)
 
Small Business Set-Aside
Very Small Business
 
Description
The George E. Wahlen VA Medical Center, 500 Foothill Drive, Salt Lake City, Utah, has a requirement for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multi-discipline Architect/Engineering contract. Contract term will be for a Base Year with provisions for four (4) one-year option periods. The VA Medical Center intends to obligate a minimum of $250,000 in services during the term of this contract, including any renewal options. The estimated maximum cumulative A/E fees under any resultant contract shall not include $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 are not limited to: studies, site investigations, concepts, schematics, design development and construction documents, cost estimates and construction period services. A/E firms shall provide architectural, mechanical, electrical, structural and civil services for projected anticipated projects. 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 upgraded 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; (X) Describe awards received; (XI) Describe circumstances and outcomes of any litigation you have been involved in over the past five (5) years and indicate type and amount of liability insurance you carry. This is a request for the SF330 only. One A/E firm will be selected. All interested firms shall submit three copies of their SF 330 no later than 4:30pm on August 10, 2009 and shall be address to: Susan Cowin, Acquisition and Materiel Management (04A), 500 Foothill Drive, Salt Lake City, Utah, 84148. Eligible firms must be located within a 100-mile radius of the VASLCHCS. THIS REQUIREMENT IS 100% SET ASIDE FOR EMERGING SMALL BUSINESSES. The North American Industry Classification System number for this procurement is 541310. The Emerging Small Business size is $2.25. For further information regarding this proposed acquisition, contact the Contracting Officer at: susan.cowin@va.gov. Request for Proposal VA259-09-RP-0335 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. Electronic copies of the SF 330 can be provided to interested parties, or the forms and instructions for their completion may be found at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=sf. All inquiries must be in writing and can be sent to: susan.cowin@va.gov. Faxed 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. All prospective offerors desiring to submit proposals in response to any Federal Agency must obtain a Dun and Bradstreet Number at www.dnb.com. There is no cost to obtain this number. Offerors must also register with the Central Contractor Registration Site, at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SLCVAMC660/SLCVAMC660/VA-259-09-RP-0335/listing.html)
 
Record
SN01868330-W 20090710/090708235545-1643379a251a2f528ac3c1945b83ea17 (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.