Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2007 FBO #2173
SOLICITATION NOTICE

C -- Western NY Healthcare System A-E Services IDIQ

Notice Date
11/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA-528-08-RP-0034
 
Response Due
11/22/2007
 
Archive Date
12/22/2007
 
Point of Contact
Jonathan Aikin Contracting Officer 716-862-7890
 
E-Mail Address
Email your questions to Contracting Officer
(jonathan.aikin@va.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
The VA Medical Center, Buffalo, NY is seeking sources to provide indefinite delivery, indefinite quantity (IDIQ) Architectural Engineering (A/E) services for Architectural, Mechanical, Electrical and Piping (MEP) disciplines. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION PACKAGE OR BIDDER LIST WILL BE ISSUED. A/E firm will provide professional services necessary for various projects within a operating medical center which may include preliminary investigation services, report generation, the preparation of designs, plans, specifications, cost estimates, miscellaneous reports and construction period services. Firm must be located within 30 mile radius of the VA facilities listed. Delivery or performance shall be made only as authorized by issuance of separate task orders. Anticipated users are Western New York Healthcare Systems, 3495 Bailey Ave., Buffalo, NY 14215 and Batavia Medical Center, 222 Richmond Ave., Batavia, NY 14020. For the purposes of this announcement Buffalo and Batavia are being considered as one facility, with the Buffalo facility as the location of the project points of contact. Contracts will be awarded for a period of one year, with up to 1 additional one year periods to be exercised at the discretion of the Government, or until the maximum contract award amount is reached. This procurement is a partial set-aside for an emerging small business; service disable veteran owned small business (SDVOSB), the remainder of the procurement is available for full and open competition. An emerging small business is a business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industrial Classification System (NAICS) code 541330, business size-4.5 million. The North American Industrial Classification Standard (NAICS) codes for this procurement will be 541330 and 541310. The small business size standard is $4.5 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 NAICS code assigned to a contracting opportunity. All qualified businesses are encouraged to submit qualifications (3 copies) of 330's which may be considered. The A/E selection criteria shall include the following elements not necessarily listed in order of importance or merit: . Professional qualifications necessary for the satisfactory performance of required services; . Preliminary/investigative services, consultation/meetings/discussions with staff to establish specific program requirements. . Production of construction documents. . Performance of construction period services and site visits. . Plans/specifications will include, but not be limited to; asbestos assessment/removal, general construction, demolition, electrical, HVAC, voice/data systems, plumbing, mechanical, finishes, etc. . Team proposed; Specialized experience and technical competence in the type of work required, repair, renovation, alteration, or upgrade projects, new construction projects and engineering studies of medical and similar facilities; including, where appropriate, experience in energy conservation, pollution preventions, waste reduction and the use of recovered materials. . Proposed Management Plan; Capacity to accomplish the work in the required time. . Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. . Previous experience of proposed team. . Estimating effectiveness and Value Engineering. . Interior Design, CADD and other computer applications. . Location in the general geographical area of the project and knowledge of the locality of the project. . Awards received by the firm and specifically the project team proposed. . Insurances and record of significant claims against the firm because of improper of incomplete engineering services (errors and omissions). All requested information (330) must be submitted (not faxed) to the VA Medical Center, Attn: Contracting Officer 2-90/528NCA, Jonathan Aikin, 3495 Bailey Ave., Buffalo, NY 14215, NO LATER THAN CLOSE OF BUSINESS 4:30 PM E.S.T., November 22, 2007. ALL QUESTIONS MUST BE ADDRESSED IN WRITING AND SENT TO THE CONTRACTING OFFICER LISTED ABOVE THERE IS NO GUARANTEE THAT E-MAILS WILL BE RESPONDED TO. FAXED 330'S WILL NOT BE ACCEPTED.
 
Web Link
VISN 2 Website
(http://vaww.visn2.med.va.gov/)
 
Place of Performance
Address: 3495 Bailey Ave.;Buffalo, New York
Zip Code: 14215
Country: USA
 
Record
SN01447377-W 20071108/071106223701 (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.