Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2004 FBO #1060
SOURCES SOUGHT

C -- Open Ended A/E

Notice Date
10/19/2004
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Nebraska Western Iowa Health Care System, Omaha Division, 4101 Woolworth Avenue, Omaha, Nebraska 68105-0370
 
ZIP Code
68105-0370
 
Solicitation Number
636-0002-05
 
Response Due
11/2/2004
 
Small Business Set-Aside
N/A
 
Description
This solicitation is being issued on an unrestricted basis, therefore all interested and suitable business concerns are encouraged to respond. Applicable NAICS codes are 54131 and 54133. The small business size standard classification is $4,000,000.00. This will be an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multi-discipline Architect-Engineering (A/E) Contract. Projects will vary in size and scope and is contingent on project funding. Anticipated user will be the VA Medical Centers (VAMC) located in Omaha, Nebraska. An Architectural Firm and/or an Engineering Firm with multi-discipline capabilities is required to furnish and provide services which include the preparation of contract documents including plans, design, specifications, schematics, cost estimates, construction period services, investigation services, studies, record drawings, review of shop drawings and submittals, site visits, engineering, technical solutions, sustainability, value engineering and life cycle operations considerations, technical studies, reports, post construction award services and renovation of existing buildings, in accordance with the most current applicable codes for the VISN (23). The work primarily involves, but is not limited to architectural, civil/structural, mechanical, electrical, fire protection, environmental, etc,. aspects of engineering design. As part of this contract, assessment of facilities for asbestos containing materials, lead or other contaminants may be required, as well as, the design for the abatement or removal of the asbestos, lead and/or other contaminants in those facilities. The resulting contracts will be Firm Fixed Price, Open-End Indefinite Quantity type. The contract will be for 1 Base Year, with 4 option year renewals. The total amount that may be paid under each contract is $2,000,000.00. Individual task orders shall not exceed $450,000.00. The minimum guarantee for the entire contract period, including options is $50,000.00. The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the government subject to workload and/or satisfaction of A-E performance under the subject contract. Individual task orders being issued will be negotiated as an individual project. Orders will reflect the scope of work, negotiated fee, time schedule for completion, construction cost limitation and payment schedule pertaining to the individual project. At this time, it is anticipated that one award will be made under this solicitation; however, we reserve the right to make multiple awards if warranted. Applicants must have an established working office within a 100 mile (driving distance) of Omaha, Nebraska of sufficient size as to be able to provide timely response and experience to accomplish the work and be licensed in the State of Nebraska. Following an initial evaluation of the qualifications and performance data submitted, firms considered to be the most highly qualified may be chosen for negotiations. No firm will be considered unless an application consisting of a completed SF 330 Part I and other evidence of experience and capabilities the applicant considers relevant is received by the VA Contracting Officer (90C), 4101 Woolworth Avenue, Omaha, NE 68105 within 14 days of the date of this announcement. A current SF 330 part II, representing and differentiating between the personnel, experience and capabilities must be included with the application. Applicants will be rated based on the relevant experience, assigned individuals, the applicants capacity to do the work, record of past performance on VA work, geographic consideration and demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in design. SF 330 can be located on the following GSA website: www.gsa.gov click on forms, search for SF330.
 
Web Link
RFP 636-0002-05
(http://www.bos.oamm.va.gov/solicitation?number=636-0002-05)
 
Place of Performance
Address: 4101 Woolworth Avenue, Omaha, NE
Zip Code: 68105
Country: United States
 
Record
SN00695831-W 20041021/041019211644 (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.