Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2002 FBO #0357
SOURCES SOUGHT

C -- Open Ended A/E Services

Notice Date
11/22/2002
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management, (90C), N 4815 Assembly Street, Spokane, Washington 99205-6197
 
ZIP Code
99205-6197
 
Solicitation Number
668-23-03
 
Point of Contact
Contracting Officer - Brian Thomas, Contracting Officer, (509) 434-7000
 
E-Mail Address
Email your questions to Brian Thomas
(brian.thomas3@med.va.gov)
 
Description
VA Medical Center, Spokane, WA is advertising for an indefinite delivery-indefinite quantity open-ended contract for Architect/Engineering (A/E) Services. The selected A/E Firm shall provide professional architect/engineering services for various VA projects as required. A/E services shall include, but is not limited to, site investigations, consultations, conceptual designs, plans and specifications, verification of as-built drawings, analysis of utility systems, detailed drawings, accurate cost estimates, construction period services, preparing and issuing bidding documents. PLEASE NOTE: this requirement is set-aside for Emerging Small Business firms. An emerging small business firm is a small business concern whose size is no greater than 50% of the numerical size standard for the NAICS code designated below. The government reserves the right to make multiple-awards to the highest rated, responsive, responsible offerors in accordance with FAR 52.216-27. NOTE: This is a request for SF 254 and SF 255 only. Any requests for solicitation will not receive a response. To be considered for selection, interested, eligible firms shall submit three (3) copies of their SF 254 and 255 no later than January 6, 2003 by 3:00PM local time and shall be addressed to: VA MEDICAL CENTER 4815 N ASSEMBLY ST ATTN: BRIAN THOMAS (90C) SPOKANE WA 99205 The estimated maximum cumulative A/E fees under any resultant contract shall not exceed $2,500,000.00, which is inclusive of the base year and four (4) one-year option periods or the equivalent of $500,000.00 per year. The maximum A/E fee for any delivery order shall not exceed $150,000.00. A maximum A/E fee of $10,000.00 would be guaranteed and payable to the A/E firm should no (delivery orders) work orders be issued under any resultant contract (s) for the Base Year or any subsequent exercised option year (s). Eligible A/E firms must be located within 150-mile radius of Spokane, WA. The North American Industry Classification System (NAICS) Codes are 541310/541330. The Small Business size standard is $4,000,000.00 in annual gross revenues averaged over the past three years. The A/E selection criteria shall include the following elements (a) through (m) (not necessarily listed in order of importance or merit): a) Proposed management plan; b) Previous experience; c) Professional qualifications; d) Facilities location; e) Proposed design approach; f) Cost control; g) Schedule control; h) Estimating effectiveness; i) Describe your experience and capabilities in the following areas: Value engineering; Life Cycle Analysis; Critical path method; Fast-track-construction; Energy conservation; New energy resources; Environmental assessment; Specialized experience; Computer aided design, drafting, and other computer applications; j) Describe awards received k) Describe circumstances and outcomes of any litigation you have been involved in over the last five (5) years; l) Indicate type and amount of liability insurance you carry. m) Describe background of proposed key personnel. A/E firms having a current SF 254 and 255 on file with the VA are still required to submit these forms. THIS IS NOT A REQUEST FOR PROPOSAL. No material will be issued and NO SOLICITATION PACKAGE OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED.
 
Web Link
RFI 668-23-03
(http://www.bos.oamm.va.gov/solicitation?number=668-23-03)
 
Record
SN00209839-W 20021124/021122213232 (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  © 1994-2020, Loren Data Corp.