Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2013 FBO #4248
SOLICITATION NOTICE

C -- Parking Garage Ramp Repairs

Notice Date
7/10/2013
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101, Room 26;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA24513R0229
 
Response Due
8/8/2013
 
Archive Date
10/7/2013
 
Point of Contact
Gary Kaufman 410-642-2411 X525
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: This A/E Service contract is being procured in accordance with the Brooks Act (Public Law [PL]-582) and implemented by in the Federal Acquisition Regulation (FAR)Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. VA Medical Center, Baltimore, Maryland is seeking qualified A/E Firms to furnish professional services for the design of Project No. 512-13-107, to provide all necessary designs to prepare construction documents (CD's) for Repair and Restoration of the Concrete of P1, P2 P3 and Loading docks through the Baltimore VA Medical Center by repairing and restoration of the existing concrete on all three Parking Levels, including ramps and loading dock. This project consist of preparing complete construction and demolition drawings with specifications for bid purpose. The drawings shall meet all applicable federal, state and local governing codes. THIS ACQUISITION IS A 100% SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS FIRMS. Before a SDVOSB is proposed as potential contractor, they must be verified by VETBIZ and registered in System for Award Management (SAM) (www.sam.gov). Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by Negotiated firm-fixed-price contract. The applicable North American Industry Classification System Code (NAICS) for this procurement is 541310. To be considered a small business under this code the SBA size standard must not exceed $7 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for the project is between $250,000 and $500,000. The following evaluation criteria in accordance with FAR 36.6 will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to perform the work in the required time; (4) Past performance on contracts with the government agencies and private industry; (5) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. The selection of the A/E firms shall be in accordance with the Brooks Act, FAR Part 36.6, and FAR Part 2.101. The selected A/E firms shall have in house expertise in healthcare planning and design. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 100 miles radius of the VA Medical Center located 10 North Green St., Baltimore, Maryland 21201. www.randmcnally.com will be used in determining the distance between the A/E firms working office and the VA Medical Center, Baltimore, Maryland 21230. Interested firms that meet the requirements listed in this announcement are invited to submit one (1) copy and one CD-ROM of the SF330 Part I and Part II to the Contracting Officer, Attn: Sandy Anderson, VA Medical Center, Building 101B, Room 9, Laundry Drive, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:00 PM Eastern Standard Time (EST), August 08, 2013. SF Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions WILL NOT be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the System for Award Management (SAM) database at http://www.sam.gov and VetBiz Information Pages (VIP) at http://vip.vetbiz.gov, as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm. THIS IS NOT A REQUEST FOR PROPOSAL. A solicitation will only be issued to most highly ranked, qualified SDVOSB A/E firm. Point of Contact is Gary Kaufman, 410-642-2411 X 5255, or gary.kaufman2@va.gov. Contracting Office Address: Department of Veterans Affairs; VA Maryland Health Care System; Contracting Officer; Attn: Sandra Anderson, Bldg 101B, Laundry Drive, Room 8; Perry Point MD 21902 Place of Performance: VA MARYLAND HEALTH CARE SYSTEM; VA MEDICAL CENTER; 10 N. GREENE STREET, BALTIMORE, MD 21201 US Point of Contact(s): Gary Kaufman (410)642-2411 X 5255 Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24513R0229/listing.html)
 
Place of Performance
Address: VA Maryland Health Care System; VA Medical Center;;10 N. Greene Street, Baltimore Maryland 21230
Zip Code: 21230
 
Record
SN03112665-W 20130712/130710235534-9557dde72e405d6bef704f617cc94bc5 (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.