Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOURCES SOUGHT

C -- MECHANICAL A/E Polytrauma D-Wing

Notice Date
7/30/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veteran Affairs;VA Medical Center (90 CSC);1481 West Tenth Street;Indianapolis IN 46202
 
ZIP Code
46202
 
Solicitation Number
VA-251-07-RP-0133
 
Response Due
8/24/2007
 
Archive Date
9/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: AUTHORIZATION TO PROCEED WITH CONTRACTING OF THIS PROJECT IS SUBJECT TO THE AVAILABILITY OF FUNDS. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. NO AWARD WILL BE MADE FOR THIS PROJECT UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL AT NO COST TO THE GOVERNMENT. Mechanical Engineering design firm shall furnish professional services to redesign the mechanical/HVAC portion of the existing 4th floor, west, D-Wing of the Richard L. Roudebush VA Medical Center, 1481 West 10th Street, Indianapolis, Indiana. This is the current Rehabilitation and Medicine Service area and this area will be gutted and opened up to maximize equipment utilization and improve access to clinic space to better serve the polytrauma and OIF/OEF veterans. Total renovated space is approximately 9,500 square feet. VA HVAC Design Criteria, VA Master Specifications and mechanical drawings of the existing space will be provided. The VA will provide an architectural layout of the new space to mechanical engineer in order to complete the mechanical design. VA will integrate HVAC design with all other construction drawings (to be designed by VA) for complete construction package. The total estimated construction range is between $500,000 and $1,000,000. This procurement is restricted to firms located within a 125 mile radius of the Indianapolis, Indiana VA Medical Center 46202. Selection criteria shall be in accordance with Federal Acquisition Regulation (FAR) 36.602-1 and Veterans Administration Acquisition Regulation (VAAR) 836.602-1. All interested firms are required to submit two (2) recent completed Standard Form (SF) 330, Architect-Engineer Qualifications (can be downloaded from the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formstype=SF ), to: Richard L. Roudebush VA Medical Center, Attn: Robert Yarnell (90CSC), 1481 W. 10th Street, Indianapolis, IN 46202, no later than 3:00 p.m. (Local Time), August 24, 2007. In accordance with FAR 19.10 - Small Business Competiveness Demonstration Program, this acquisition is set-aside for emerging small business. NAICS Code 541330, Engineering Services, Size Standard of $4.5 million is applicable to this acquisition. The size standard for a firm to be considered as an Emerging Small Business is no greater than 50 percent of $4.5 million. Service Disabled Veteran Owned Small Business and Veteran Owned Small Business firms under the applicable NAICS Code above are encouraged to submit their qualifications. Interested firms are reminded that, in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) database prior to award of a contract. This is NOT a Request for Proposal and a solicitation document does not exist. Award is contingent upon the availability of funds. Faxed or emailed documents will NOT be accepted. All information must be in original/hard form.
 
Place of Performance
Address: 1481 W. 10th Street;Indianapolis, IN
Zip Code: 46202
Country: US
 
Record
SN01356194-W 20070801/070730220632 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.