Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2007 FBO #2208
SOURCES SOUGHT

C -- AEOpen-Ended AE Services for Jesse Brown VA

Notice Date
12/11/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);5000 W. National Ave;Milwaukee WI 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
VA-69D-08-RP-0135
 
Response Due
1/10/2008
 
Archive Date
2/9/2008
 
Point of Contact
Mr. Jeffrey Reed 414-902-5419
 
E-Mail Address
Email your questions to Contract Specialist
(katherine.l.mcclendon@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a request for Standard Form (SF) 330 and not a request for proposals. INDEFINITE DELIVERY CONTRACT (OPEN-END) MULTI-DISCIPLINE ENGINEERING CONTRACT SERVICES - Provide professional engineering services (Mechanical, Electrical) necessary for various projects at Jesse Brown VA Medical Center, 820 S. Damen Avenue, Chicago Illinois. NAICS code 541330. Services include site investigations, analyses, cost estimates, preparation of working drawings, specifications, and construction period services. Area of consideration is restricted to firms located within a 100 mile radius of Chicago, Illinois. VA intends to award two (2) contracts each for a period of one (1) year, with two additional option periods of one (1) year each. Total fees paid under the resultant contract shall not exceed $450,000, including the option years. A/E fees for any one Delivery Order may not exceed $150,000. The Government is uncertain as to the number of Delivery Orders that will be placed against the contract during the term of the contract. Award of individual work orders is subject to the availability of funds. The designs shall conform to VA design criteria and shall be based on the necessary site visits, surveys, verification of as-built drawings, schematics (if required), accurate cost time estimates, construction period services and submittal reviews. Standard design criteria established for the Veterans Affairs Facilities to be followed are available at www.va.gov/facmgt/ae. Evaluation factors for consideration of qualifications listed in descending order of importance are: (1) past performance on similar projects, maintaining project schedules and project budgets; (2) Overall engineering design experience and capability with architectural, mechanical, and electrical renovation projects; (3) Qualifications of staff to be assigned, with special emphasis on field personnel to be utilized; (4) knowledge in design and construction requirements; (5) Cost control effectiveness; (6) Location of office supporting project; and (7) Ability to produce all plan documents on a CAD system fully compatible with AUTOCAD. (8) Engineering Firms can apply as prime contractor. Each offeror shall identify past or current contract/agreements for efforts similar to the requirements stated. The past performance information can include, but is not restricted to, performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will be performing major or critical aspects of the requirement. Firms within 100-mile radius of Chicago, Illinois are invited to submit two copies of SF 330 to: Department of Veterans Affairs, Great Lakes Acquisition Center, Bldg 5, Attn: Mr. Jeffrey Reed, 5000 W. National Avenue, Milwaukee, WI 53295-0005 no later than January 10, 2008. Facsimile copies are not acceptable.
 
Place of Performance
Address: Department of Veterans Affairs;Jesse Brown VA Medical Center;Attn: Katherine McClendon;820 S. Damen Avenue;Chicago, IL
Zip Code: 60612
Country: US
 
Record
SN01467625-W 20071213/071211223536 (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.