Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 25, 2018 FBO #6211
SOLICITATION NOTICE

C -- 528A7-18-729 DESIGN REPAIR EXISTING ACCESS DRIVE AND

Notice Date
11/23/2018
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;800 Irving Ave;Bldg 2 Rm D02;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
36C24219R0023
 
Archive Date
2/21/2019
 
Point of Contact
(315)425-4694
 
Small Business Set-Aside
N/A
 
Description
The VA Medical Center, Syracuse, NY intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for project number 528A7-18-729, Design and repair existing access drive and sidewalks utilizing a short-list selection as defined in FAR 36.602-5(a). This is a 100% total service disabled veteran owned small business (SDVOSB) set aside. SDVOSB Firms with an SF330 on file within the past twelve months and within a 300 mile radius to the Syracuse VAMC are being considered. Location will be measured on google maps using the measure distance feature from the prime designers address listed in Vetbiz to the Syracuse VAMC, 800 Irving Ave, Syracuse NY 13210. If you believe you have an SF330 on file and would like to be considered for this procurement please send an e-mail to Sandra.fisher3@va.gov expressing your interest in being considered. If your firm does not have an SF330 on file, or you wish to update previously submitted SF330 s, please do so by emailing the Contract Specialist at Sandra.fisher3@va.gov by 4:30 PM EST 17 Dec 18. This project will include but is not limited to the following BRIEF PROJECT DESCRIPTION The project design shall focus on the implementation of the following: A topographic survey to include all grades, site features, building locations, as well as utility locations and inverts. The demolition of the existing access drive, include all layers of asphalt and subgrade that is failing. The installation of a new access drive with new curbing that reestablishes grades and provides adequate draining of storm runoff. The investigation of the existing utility structures within the road to determine if they are reusable and new designs. The evaluation of all VA owned sidewalks to determine the life expectance. Any sidewalk that is evaluated as failing within 10years is to be demolished and rebuilt. The demolition of the existing brick pavers to be replaced. The creation of ADA accessible sidewalks at all crosswalks The following evaluation factors will be used when reviewing submitted SF 330 data and will comprise the basis of information to be used by VAMC Syracuse for A/E evaluation and selection. The evaluation factors are shown below in descending order of importance (highest importance at the top). Firms submitting SF 330 data for consideration must address each of the following factors in the submitted SF 330: SHORT-LIST CRITERIA UTILIZING THE SF330 FORM Department of Veterans Affairs Architect/Engineer Evaluation Board Professional qualifications necessary for satisfactory performance of required services. 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. Capacity to accomplish the work in the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules 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. Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Discussions will be held with the top ranking firms. These discussions will at a minimum include a verification of accuracy of the information within the SF330 and a chance to provide any updated information. Responses to discussion items will be evaluated using the same factors outlined above. The estimated construction magnitude for this project is between $500,000 and $1,000,000. The NAICS code for this procurement is 541330 (Engineering Services). The small business size standard for NAICS 541330 is currently $15 million. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/36C24219R0023/listing.html)
 
Record
SN05158311-F 20181125/181123230009 (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.