SOURCES SOUGHT
C -- Expand ER/Primary Care
- Notice Date
- 7/16/2003
- 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
- 668-61-03
- Response Due
- 8/29/2003
- 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 Architect/Engineering (A/E) Services. The selected A/E Firm shall provide professional architect/engineering services for completion of "Working Drawings & Specifications" for the construction of a new building for Dental Service (~5200 sf) and a small addition to the main building (~6300 sf). The small addition will infill the opening between the existing Dental wing and the ER. The new addition and renovation of the existing Dental and ER area (~4200 sf combined) will create an expanded ER space and a 4th ambulatory care team area at the VA Medical Center, Spokane, WA. PLEASE NOTE: this requirement is set-aside for Small Business firms. 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 August 29, 2003 by 1:00PM local time and shall be addressed to: VA MEDICAL CENTER 4815 N ASSEMBLY ST ATTN: BRIAN THOMAS (90C) SPOKANE WA 99205 The North American Industry Classification System (NAICS) Codes are 541310. 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 668-61-03
(http://www.bos.oamm.va.gov/solicitation?number=668-61-03)
- Record
- SN00372727-W 20030718/030716213426 (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 |