|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175Dept. of Veterans Affairs Medical Center, 10000 Brecksville Road,
Brecksville, OH 44141 C -- ARCHITECT-ENGINEERING SERVICES !! SOL 541-205-98!! DUE 091898 POC
Lloyd A. Brodnax, Contract Specialist, (440) 838-6091, Wanda Mims,
Contracting Officer!! WEB: N/A!!, N/A!!. E-MAIL: N/A!!, N/A!!. The
Veterans Administration Medical Center (VAMC), Brecksville, Ohio,
proposes to issue an Indefinite Delivery/Indefinite Quantity (IDIQ)
Type Contract for Architect-Engineering Services, for each location at:
(1) VA Medical Center, Wade Park Unit, 10701 East Boulevard, Cleveland,
Ohio 44106; (2) VA Medical Center, 10000 Brecksville Road, Brecksville,
Ohio 44141. The Standard Industrial Code (SIC) is 8712, Size Code $2.5.
Any resultant Contracts from this solicitation shall fulfill the
requirements of Federal Acquisition Regulation (FAR) Part 6, Subpart
6.1 -- Full and Open Competition, and FAR 6.102(d) and subpart 36.6
that directly relate to Architect-engineering contracts. Prospective
Architect-Engineering Firms may request a copy of the solicitation in
writing by contacting: Lloyd A. Brodnax, Contract Specialist,
Department of Veterans Affairs Medical Center, Acquisitions & Material
Management, Bldg. 1, Room A104, 10000 Brecksville Road, Brecksville,
Ohio 44141. Any prospective Architect-Engineer Firm submitting a
proposal under this solicitation shall develop all design development
and construction documentation, technical specifications, cost
estimates, for any VAMC project identified. A/E shall have principal
qualifications in the following disciplines: architectural, HVAC
mechanical, electrical, and civil/structural. The A/E project team
shall include a certified industrial hygienist (CIH) for asbestos
survey and development of abatement/removal plans and/or lead based
paint abatement plans, if necessary, as well as possible monitoring of
either type of abatement during construction. The estimated cost is
between $1,000,000 and $5,000,000. Responses must be received by
September 21, 1998. A/E Firms which meet the requirement in the
announcement are invited to submit a completed SF-254 and SF 255 (Total
of two each) to the person/address identified above. THIS IS NOT A
REQUEST FOR PROPOSAL. Selection shall be made upon the following
factors, respective of the scope identified above: (1) Team proposed;
(2) previous experience of the team proposed; (3) proposed design
approach; (4) location and facilities of working office(s); (5) cost
control; (6) estimating effectiveness; (7) schedule control. THIS
ACQUISITION IS UNRESTRICTED AS TO BUSINESS SIZE. SEE Notes 24 AND 25!!
Posted 09/03/98 (W-SN245187). (0246) Loren Data Corp. http://www.ld.com (SYN# 0035 19980908\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|