COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2001 PSA #2979
SOLICITATIONS
C -- UPGRADE MEDICAL CENTER FACILITIES
- Notice Date
- November 14, 2001
- Contracting Office
- VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215
- ZIP Code
- 14215
- Solicitation Number
- 528-02-02
- Response Due
- November 28, 2001
- Point of Contact
- Scott Fiscus 716-862-8907, Rosanne Raczkowski 716-862-6386
- E-Mail Address
- Click here to reach the point of contact via e-mail (Scott.Fiscus@med.va.gov)
- Description
- Provide multi-disciplinary Architect/Engineer services to UPGRADE MEDICAL CENTER FACILITIES at the VA Western New York Healthcare System (VAWNYHS), Buffalo/Batavia, NY for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. THIS ACQUISITION IS GEOGRAPHICALLY LIMITED TO FIRMS LOCATED WITHIN A 30-MILE RADIUS OF THE VAWNYHS -- BUFFALO. This procurement is a partial set-aside for an emerging small business; the remainder of the procurement is available for full and open competition. An emerging small business is a business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code. The NAICS Code for this procurement is 541310 (previously SIC Code 8712). The numerical size standard for NAICS is 541310 is $4.0 million. Contracts are anticipated to be awarded by February 1, 2002. Award is subject to the availability of funds. Pertinent factors for consideration of qualifications for the Project Team, listed in order if importance are: (1) specialized experience and technical competence of the firm (including a joint venture or association) with the type of service required, (2) specific experience and qualifications of personnel proposed for assignment to the project, and record of working together as a team (3) capacity of the firm to perform work (including any specialized) within the time limitations (4) past record of performance on VAWNYHS contracts (5) geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located. Work includes but is not limited to: preliminary/investigative services, production of construction documents, performance of construction period services and site visits, consultation/meetings/discussions with staff to establish specific program requirements. Plans/specifications will include but will not be limited to: asbestos assessment/removal, general construction, demolition, electrical, voice/data systems, HVAC, plumbing, finishes, mechanical, etc. Separate firm-fixed price task order(s) will be negotiated with the Architect/Engineer and issued during a period of one (1) base year and one (1) year Government option. The minimum A/E fee for the base year is $15,000. and $15,000. for the option year. Individual task orders will not exceed $100,000. Any combination of task orders for the contract duration, including the option year, will not exceed $450,000. Design shall be based on statements of work to be furnished by the Government. All interested parties are required to submit qualifications to the Contracting Officer in the form of SF's 254/255. Submit to the above referenced address and include the routing symbol (90NCA). Please ensure that all required information is submitted and accurate. Firms should include all relevant information regarding past projects designed, which are similar in type to this project. All responses are to be received by the Contracting Officer no later than 4:30p.m. on 11/28/01. This is NOT a request for proposal.
- Record
- Loren Data Corp. 20011116/CSOL006.HTM (W-318 SN513069)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on November 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|