Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2009 FBO #2930
SOLICITATION NOTICE

C -- PCU Minor AE 653-321

Notice Date
11/30/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VISN20 Contracting Bldg. 17/Room A117;Roseburg VA Health Care System;913 NW Garden Valley Blvd;Roseburg OR 97471-6523
 
ZIP Code
97471-6523
 
Solicitation Number
VA-260-10-RP-0061
 
Response Due
12/30/2009
 
Archive Date
4/8/2010
 
Point of Contact
Neil A. Stearns
 
E-Mail Address
Contracting Officer
(Neil.Stearns@va.gov)
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES FOR PROJECT DESCRIPTION: Furnish full A/E services for the complete design, including construction period duties, for Project 653-321, Protective Care Unit Relocation adjacent to Building 81 at the Roseburg VA Medical Center, Roseburg, Oregon 97471-6523. POC: Neil A Stearns, Contracting Officer, VISN 20 Network Contracting Activity. OFFICE ADDRESS: VA Healthcare Network Roseburg, 913 NW Garden Valley Blvd, Bldg 17 A117, Roseburg, OR 97471. CONTRACT INFORMATION: Roseburg VA Medical Center, Roseburg, Oregon is seeking qualified A/E Firms for award of a Firm Fixed Price Architect Engineer Contract to perform the A/E services outlined described herein. The Construction Cost Range for Project 653-321 is between $5,000,000 and $10,000,000. SCOPE OF SERVICE: A/E design and construction period services. This A/E designer shall prepare plans for: 1. Connection of utilities; 2. Erosion control; 3. Building including environmental considerations such as asbestos and lead based paint.); and 4. The building structure and all items there within (doors, windows, trim, gypsum board, etc.) The intent of this project is to construct a new, approximately 22,000SF, 15-Bed Protected Care Unit (PCU) adjacent to Building 81 which houses Transitional Care Unit/Nursing Home (TCU). This building will also include an 8-Bed Hospice Unit. Additionally, this building structure will also provide accommodation for displaced parking, integration of service utilities and incorporation of site VA signage requirements. The following evaluation criteria shall be strictly adhered to: FAR 36.602-1. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. To be considered for this project the prospective contractor's office must be within a 250 mile radius of the Roseburg VA Medical Center located in Roseburg, Oregon; must have completed a project of similar scope in a medical setting within the last 3 calendar years, and the prospective contractor must be listed in Central Contractor Registration at https://www.bpn.gov/CCRSearch/Search.aspx. In addition to the evaluation criteria set forth in FAR 36.602-1 the board will consider the factors set forth in the Veterans Affairs Acquisition Regulations 836.602-1. Values will be assigned to each factor in determining the relative qualifications of the firms identified as qualified through the pre-selection process. The values may be confirmed or adjustments may be made as a result of the discussions. (a) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (b) Record of significant claims against the client because of improper or incomplete architectural and engineering services. (c) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Firms that meet the requirements listed in this announcement are invited to submit one electronic PDF (portable document file) copy of SF330 Part I and SF330 Part II to Neil A.Stearns e-mail address neil.stearns@va.gov by 2:00 pm local time on December 30, 2009. It is the responsibility of the offeror to assure that the e-mail has been received. Faxed copies will not be accepted. The NAICS Code for this acquisition is 541310 - Architectural Services and the applicable Small Business Size Standard is not more than $4.5 million dollars average annual gross revenues for the past three fiscal years. Contract award is anticipated in January 2010. This is issued as unrestricted; evaluation factors will be given to Veteran Owned Small Businesses and responses from all capable parties will be considered. Evaluation Factor given for SDVOSB and then VOSB Businesses (for this factor blue is given) if the business being evaluated is an SDVOSB or VOSB business only when the technical ratings are equal to the highest ranked non-SDVOSB and VOSB businesses, then the SDVOSB and then VOSB businesses will be given preference for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARHS/DVARHS/VA-260-10-RP-0061/listing.html)
 
Place of Performance
Address: 913 NW Garden Valley Blvd;Roseburg, OR
Zip Code: 97471-6523
 
Record
SN02013194-W 20091202/091130235058-37040a1e624d5400f0c99310a02db688 (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.