Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2004 FBO #0940
SPECIAL NOTICE

99 -- Architect & Engineering Services

Notice Date
6/21/2004
 
Notice Type
Special Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), , 4100 West Third Street, Dayton, Ohio 45428
 
ZIP Code
45428
 
Solicitation Number
VA-SNOTE-040621-001
 
Description
This is a correction to previous announcement VA-SNOTE-031202-001 Special Notice This correction is made due to an error in the method of solicitation, and shall now be conducted in accordance with the Brooks Act of 1972, and the Small Business Competitiveness Demonstration Program, FAR 19.10. All references to a cascaded set-aside shall be deleted. All reference to a minimum # of A/E firms to be selected for further negotiation shall be deleted. This announcement is corrected to read: The VA Medical Center Dayton OH is seeking multiple sources to provide indefinite delivery, indefinite quantity (IDIQ) A/E services in various disciplines, including, but not limited to Electrical, Mechanical, Architectural, Structural Design services for the VA Medical Centers located in VISN 10. Anticipated users are Dayton, Cincinnati and Chillicothe Ohio, with Dayton and Chillicothe being considered one facility, (Dayton is primary user) for the purposes of this announcement. Contracts will be awarded for the period of one year, with 4 additional one-year periods to be exercised at the discretion of the Government. A maximum of one award per discipline, per facility will be awarded. Awards per facility, per discipline will be set-aside for Emerging Small Businesses (ESB). These awards shall be for individual projects between $2,500.00 and $50,000.00. The maximum amount obligated under any resultant ESB set-aside contract shall not exceed $450,000.00, which is all inclusive of the base year and all option periods. The NAICS codes for this procurement will be 541330 and 541310. The small business size standard is $4 million average annual receipts for the preceding three years. The definition of an emerging small business, as indicated in the set-aside above, is "... a small 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 assigned to a contracting opportunity." Therefore, the size standard for consideration under the ESB set-aside is $2 million average annual receipts for the preceding three years. All qualified Emerging Small Businesses (ESB) are encouraged to submit qualifications (3 copies) of 254's and 255's, which may be considered. If no ESB firms respond, award will be made to other than ESB firms. Firms that previously submitted 254's and 255's for this announcement, do not need to re-submit, they will still be considered. Firms who may be interested, but did not previously submit, may submit your 254's and 255's for consideration. The A/E SELECTION CRITERIA shall include the following elements (I) through (XI), not necessarily listed in order of importance or merit: (I) Professional qualifications and designations of the firm's staff/consultants to be assigned to the projects (II) Proposed management plan: (III) Previous experience (specialized experience of the firm (prime and consultants) in the design of repair, renovation, alteration, or upgrade projects, new construction projects and engineering studies of medical and similar facilities); (IV) Facilities location (Prime firm and Consultants); (V) Proposed Design approach; (VI) Project control (Cost and Schedule); (VII) Estimating effectiveness; (VIII) Team design philosophy and method of implementing; (IX) Describe your experience and capabilities in the following areas: value engineering, life cycle analysis, critical path method, fast-track-construction, energy conservation, new energy sources, environmental assessment, specialized experience, computer aided design, drafting and other computer applications; (X) Describe awards received; (XI) Describe circumstances and outcomes of any litigation you have been involved in over the past five years and indicate type and amount of liability insurance you carry. This is a request for 254's and 255's only. All interested firms shall submit (3) copies of their 254's & 255's, along with a copy of their representations and certifications, no later than Close of Business (COB) 4:30 P. M., E.S.T. June 30, 2004. Eligible firms must be located within 100 miles of the VA facilities listed above as anticipated users. THIS IS NOT A REQUEST FOR PROPOSALS. All requested information must be submitted to the VA Medical Center, Attn: Samuel S. Tahmoush (90C), 4100 West Third Street, Building 408, Dayton, OH 45428. NO solicitation package or bidder/plan list will be issued. ALL QUESTIONS MUST BE ADDRESSED IN WRITING TO THE NAME AND ADDRESS LISTED ABOVE, OR FAXED TO 937-262-5974. NO E-MAIL QUESTIONS WILL BE RESPONDED TO.
 
Web Link
Dept of Veteran Affairs Office of Acquisition and Materiel Management Business Opportunities System
(http://www.bos.oamm.va.gov/)
 
Record
SN00606959-W 20040623/040621211813 (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.