Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2004 FBO #1041
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Architect-Engineer Service for VA Medical Centers, and Veterans Benefits Nationwide

Notice Date
9/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Office of Facilities Management, 810 Vermont Avenue, NW, Washington, District Of Columbia 20420
 
ZIP Code
20420
 
Solicitation Number
V101-05-AE-0001
 
Response Due
11/2/2004
 
Archive Date
12/2/2004
 
Small Business Set-Aside
Partial Small Business
 
Description
The Department of Veterans Affairs is inviting applications from Architects or Architect/Engineer firms to provide professional services for design/construction related work at VA Facilities including Medical Centers, and Veterans Benefits Facilities nationwide including the continental United States, Hawaii, Alaska and Puerto Rico. These services may include, but are not limited to, capital investment proposals, pre-design services such as facility assessments, development of design programs, computer modeling simulation, schematic designs, preparation of design/build Solicitation documents, technical studies, standards and specifications, cost estimates and/or reports; design period services such as review and analysis of designs by other A/Es for compliance with national codes, scope of work, good design practices, adequacy and appropriateness of functional layout, system selection, technical solutions, sustainability, value engineering and life cycle operation considerations, technical studies, reports, cost estimates and/or suggested design solutions or modifications; construction period services such as inspections, technical studies, cost estimates and/or reports; and, post construction services such as post occupancy evaluations, technical studies and/or reports. Projects will primarily involve medical or medically related facilities as well as office structures and will require some or all of the following disciplines: architecture, interiors, mechanical, electrical, plumbing, structural, civil, automatic transport, environmental engineering, landscape architecture, planning, cost estimating, historic preservation, CADD, and CAFM. Services will be directed through individual task orders and will be performed during a base with four one-year options. The minimum order will be $5,000. Only Architects or Architect/Engineer firms demonstrating the above capabilities and a planned approach to perform contract services will be considered. This is a multiple award procurement in which six (6) large businesses and four (4) small businesses will be selected for these services. Large Firms will be selected for nationwide contracts and small firms for regional areas contracts. No firm will be considered unless an application consisting of a completed SF 330 and other evidence of experience and capabilities the applicant considers relevant is received by the VA by 3:30 PM EST November 2, 2004. A current SF 330, representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included with the application together with current 330s for each proposed consultant?s office involved. Applications will be rated based on the relevant experience of both the firm(s) and assigned individuals, the applicant?s capacity to do the work, record of past performance on VA work, geographic consideration and the participation of minority-owned and women-owned consultants, and demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Award of a contract is dependent upon the availability of funds. This is not a request for a proposal. If subcontracting opportunities exist and the submitting firm is not a small business, the small disadvantaged business and women-owned business contracting goals will be 35% (SB), 5% (SDB), 5% (WOB), 3% (HUBZone), 7% (VOB), and 3% (SDVOSB). Note: The ?covenant against contingent fee? clause is applicable to this solicitation.
 
Web Link
RFP V101-05-AE-0001
(http://www.bos.oamm.va.gov/solicitation?number=V101-05-AE-0001)
 
Place of Performance
Address: Nationwide Including the continental United States, Hawaii, Alaska and Puerto Rico
Zip Code: 00000
Country: United States
 
Record
SN00686939-W 20041002/041001111042 (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.