Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

C -- VISN 8 A&E Services for the South Region

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;James A. Haley Veterans Hospital (90C);13000 Bruce B. Downs Blvd;Tampa FL 33612
 
ZIP Code
33612
 
Solicitation Number
VA24810RP0512S
 
Response Due
7/30/2010
 
Archive Date
10/28/2010
 
Point of Contact
Al Negron
 
Small Business Set-Aside
Partial Small Business
 
Description
A&E Synopsis 6/1/2010 1. This is a call for SF 330. This procurement will result in multiple Awards for a firm fixedprice, Indefinite Delivery Indefinite Quantity (IDIQ) contracts from 8-10 Architectual Firms with a maximum agreggate amount of $100,000,000, for each region. NAICS 541310, Architectual & Engineering Services, small business standsrd $4.5 million. 2. This acquisition is a partial set aside for Service Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Business (VOSB) and SBA Certified 8a Participants. The Government intends to award up to ten (10) indefinite-delivery, indefinite-quantity, (IDIQ) contracts. 3. The Contracting Officer reserves the right to award more or less depending on the interest shown and to what is in the Government ™s best interest. Therefore, if sufficient small business participation is achieved through the partial set aside, the Government reserves the right to award to small businesses only. However, if the small businesses fail to provide an adequate number of qualified firms to fulfill the requirements, some awards may be made to large businesses. 4. The firms must be capable of responding to and working on multiple task orders concurrently. Project sites are as follows: Southern Region, solicitation VA-248-10-RP-0512-S, (South Florida and Puerto Rico) three Medical Centers consisting of West Palm Beach, VAMC; Miami, VAMC; San Juan, VAMC; as well as all support facilities within each of their respective jurestiction. 5. The Architectual firm shall be licenced in the State of Florida and or the Comunwealth of Puerto Rico or both, depending on which Region applying for. Each team, should at least, have of the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: architectural services, recent experience in the contemporary hospital design, state-of-the-art medical facilities similar to those listed below, with additional experience with vertical expansion/integration along with phasing of on-going operations, research facilities, long term care, Polytrauma, mental health and dementia, or similar complex healthcare projects. 6. In addition, the firm or team must have experience with Building Information Modeling (BIM) in developing project from its initial conception through completion of documentation. Only architects or architect/engineer firms, or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. Firms must have, either in-house or through consultants, (a) Architect; (b) Structural; (c) Civil; (d) Mechanical; A&E Synopsis & Instructions Page2 (e) Electrical; (f) Environmental; (g) Value Engineering; (h) Cost Engineer; (i) Scheduler; (j) Risk Analyst; (k) Fire Protection; (l) Historical Preservation. 7. Sample Task Orders: Design program; Schematic Design; Pre-construction documents; studies; Design Development; Cost Estimates; Value Engineering; Construction Documents Review; Specialty Consultant; Construction Submittal Review; Facility Assessments; and Design Services for Minor and Non-Recurring Maintenance Projects, Commercial office building design, commercial interior space planning, furniture design and layouts, and Creating Environmental Graphic Design of images. Task orders may also include design work for Clinics and possibly Leased facilities within the juresdiction of each Medical Center. 8. In addition to the A&E firms described above, for each of the two Regions, this call is for independent and separate contracts for each of the following specialties to be awarded. (1) one Fire Protection Engineer; (1) one Proffecional Cost Estimator, and (1) one Commissioning Engineer. 9. Questions shall be electronically addressed to jose.negron@va.gov. The last day for questions shall be July 6, 2010 @ 2:00 PM EST. 10. Due date for the SF330 packages July 30, 2010 2:00PM. Summit 4 complete copies of the SF330 package as well as one CD Rom with an electronic version of the package, addressed to: Department of Veterans Affairs Attn: Al, Negron, Contracting Officer 8875 Hidden River Pkwy, Suite 525 Tampa Fl 33637-1035. 11. Evaluations of the SF 330 ™s will be subjective based on the information provided and the interpretation of the Engineerring Evaluation Board reviewing the information. Announcement of who will participate in the interviews will follow at the conclusion of the SF 330 evaluation. This evaluation process is expected to take about 60 calendar days after receipt of the SF 330 ™s. (End of Synopsis)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24810RP0512S/listing.html)
 
Record
SN02186712-W 20100625/100623235721-d315e65d02f39aa877bc419f78385b24 (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.