Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2003 FBO #0737
SPECIAL NOTICE

99 -- Architect & Engineering Services

Notice Date
12/2/2003
 
Notice Type
Special Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), , 4100 West Third Street, Dayton, Ohio 45428
 
ZIP Code
45428
 
Solicitation Number
VA-SNOTE-031202-001
 
Description
The VA Medical Center in Dayton, Ohio is seeking multiple sources to provide indefinite delivery, indefinite quantity(IDIQ) A/E services in various disciplines, including but not limited to Electrical, Mechanical, Architectural, and Structural planning and design services for the VA Medical Centers located in VISN 10. Anticipated users are the VAMC?s in Cincinnati, Dayton, and Chillicothe, Ohio, and the VA Outpatient Clinic in Columbus, Ohio. Contracts will be awarded, at least two per discipline, for the period from date of award until September 30, 2004, with 4 additional one-year option periods to be exercised at the discretion of the government. The VA obligates a minimum of $2,500.00 in services during the term of each base contract and each option period. Individual projects will be between $2,500.00 and $100,000.00, and will be negotiated with each firm fixed price task order. The estimated maximum under any resultant contract shall not exceed $450,000, which is all inclusive of the base year and all option periods. The NAICS for this solicitation is 541330, with a size standard of $4 million. This is a cascaded solicitation set-aside, in the following order of consideration: 8(a), HubZone, Emerging Small Business, Small Business, Full & Open. In the event that two or more responsive and responsible 8(a) firms do not respond to this request for qualifications, this procurement will be set-aside for HubZone firms. In the event that two or more responsive and responsible HubZone firms do not respond to this request for qualifications, this procurement will be set-aside for Emerging Small Businesses (ESB). In the event that two or more responsive and responsible ESB firms do not respond to this request for qualifications, this procurement will be set-aside for Small Business firms. In the event that two or more responsive and responsible Small Business firms do not respond to this request for qualifications, this procurement will be open for full and open competition. If subcontracting opportunities exist and the submitting firm is not a small business, the submitting firm should submit a subcontracting plan in accordance with FAR 52.219-9. All responsible sources are encouraged to submit qualifications (3 copies of SF 254 and SF255), which may be considered after review of offerors representations and certifications, in the order of preference stated above. 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 upgrade 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, environmental assessment, specialized experience, computer aided design, drafting, and other computer applications; (X) Describe awards received; (XI) Describe circumstances and outcomes of any litigation you have been involved in over the past five years and indicate type and amount of liability insurance you carry. This is a request for SF 254 and 255s only. A minimum of 8 A/E firms will be selected for further negotiation. All interested firms shall submit three (3) copies of their SF 254 and SF 255, along with a copy of their representations and certifications, no later than COB (4:30 PM Eastern Standard Time) on January 2, 2004, addressed to Samuel S. Tahmoush (90C), VA Medical Center, Building 408, 4100 West Third Street, Dayton, Ohio 45428. Eligible firms must be located within 100 miles of the VA facilities listed above as anticipated users. THIS IS NOT A REQUEST FOR PROPOSAL. No material will be issued other than the attached representations and certifications, and no solicitation package or bidder/plan holder list will be issued.
 
Web Link
Dept of Veteran Affairs Office of Acquisition and Materiel Management Business Opportunities System
(http://www.bos.oamm.va.gov/)
 
Record
SN00479522-W 20031204/031202211751 (fbodaily.com)
 
Source
FedBizOpps.gov 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.