Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

C -- PVAMC has a requirement for A&E contract to designfollowing upgrades at Bldg 11, Vancouver, WA1)Seismic Upgrade 2) Outstanding Fire separationand 3) Identify other architectural improvements

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (P4CONT);Portland VA Medical Center;3710 SW US Veterans Hospital Road;Portland OR 97239
 
ZIP Code
97239
 
Solicitation Number
VA-260-07-RP-0182
 
Response Due
8/10/2007
 
Archive Date
10/9/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Portland Veteran's Administration Medical Center has a requirement for an Architecture and Engineer to design the following upgrades of Bldg 11 located in Vancouver, Washington: 1) Seismic Upgrade 2) Outstanding fire separation issue and 3) Identify other architectural improvements to include painting, flooring and wayfinding, to name a few. Building 11 consists of multiple construction types. The main structure is three stories with the first two floors having concrete columns and thick concrete slabs. The third floor has steel columns and steel beams with metal decking and concrete topping. In addition, there are two single story wings that have steel columns and large glu-lam beams. The building was constructed for Seismic Zone2B. This area has since been elevated to Seismic Zone 3. The VA has determined that this building must be upgraded to bring it up to current code. The requirement involves a thorough evaluation of the structure to develop a comprehensive design that will bring the building up to current code and prepare it for immediate occupancy. The magnitude of the subsequent construction contract is expected to be between $2,000,000 and $5,000,000. This procurement is issued using the procedures of FAR Part 36.601 and will result in award of a fixed price service contract. This is issued as a 100% Service Disabled Veteran Owned Small Business Set-Aside (SDVOSBSA). The following evaluation criteria shall be strictly adhered to: FAR 36.602-1(1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. and VAAR 836.6 1) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 2) Record of significant claims against the client because of improper or incomplete architectural and engineering services. 3) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. In addition to the above, potential contractors must be registered in CCR at time of submission of their qualifications in order to be considered for an award. Interested parties are requested to forward their SF 330 Parts I and II, as applicable; via email to Ruth.Richmond@va.gov on or before 10 Aug 2007 at 4:00 PM (PDT). The performance period will be established at time of award and will be based on an allowance of 9 months to complete the design. Award is expected on or about 24 August 2007. Questions should be addressed to Ruth Richmond at the e-mail address listed above or telephonically at 503-402-2865. The NAICS is 541310 and the size standard is $4.0M.
 
Record
SN01329000-W 20070629/070627220659 (fbodaily.com)
 
Source
FedBizOpps 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.