Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
SOURCES SOUGHT

C -- OPEN ENDED AE SERVICES

Notice Date
1/25/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;Boise VA Medical Center, Bldg 34;500 West Fort Street;Boise ID 83702-4598
 
ZIP Code
83702-4598
 
Solicitation Number
VA-260-08-RQ-0108
 
Response Due
2/12/2008
 
Archive Date
3/13/2008
 
Point of Contact
Department of Veterans Affairs; Contracting Office (90C) Pamela Pope (208) 422-1158
 
E-Mail Address
Email your questions to pam.pope&va.gov
(pam.pope@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center, Boise Idaho is advertising for an indefinite delivery-indefinite quantity open-ended contract for Architect/Engineering. These services are under the Architectural umbrella and may include planning and designing for residential, institutional, leisure, commercial, and industrial buildings and structures by applying knowledge of design construction procedures, zoning regulations, building codes and building materials. These design services may include the following disciplines: - Mechanical - Electrical - Structural - Civil - Landscape - Geotechnical - Surveying/Mapping - Architectural - Interior Design - Hazardous Materials (asbestos, lead) - NEPA - Historic Preservation - Energy - Cost estimation Delivery task orders will be primarily for renovation and refurbishment of existing facilities and may also include new construction. Requirements will vary with each delivery task order and will be defined by separate scopes of work for each request. The contract will be a firm fixed price for one (1) base year plus four (4) option years from the date of contract award. Each task order cannot exceed $150,000.00. The total amount that may be awarded under this contract (including option years) will not exceed $1,500,000,00. The options may be exercised within the time-frame 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. The NAICS code is 541310 and the small business size standard classification is $4,000,000. Eligible A/E firms must be located within a 50 mile radius of Boise, Idaho. The A/E selection criteria shall include the following elements: 1) Team Proposed, key personnel, team organization 2) Previous Experience. 3) Location and Facilities of working offices 4) Explain your Cost Control techniques. 5) Explain your estimating techniques on the past ten most recent projects. 6) Explain your schedule control including timely replies to RFI"s, reviews of submittals & shop drawings, periodic construction inspections and ability to produce construction documents using AutoCAD. 7) Describe award received for design excellence. 8) Describe your teams design philosophy and method of implementing. Identify any projects using green or LEEDS standards.9) Miscellaneous Experience and Capabilities: Offers should address the following: a) interior design; b) CAD and other computer applications; c) value engineering and life cycle cost analyses; d) energy conservation and new energy resources and f) CPM and fast track construction. 10) Address any awards received for design excellence. 11) Address the type and amount of liability insurance carried. Identify any litigation involvement over the last ten years and its outcomes. This is a request for SF 330 only AND IS NOT A REQUEST FOR PROPOSAL. Any requests for solicitation will not receive a response. To be considered for selection, interested, eligible firms shall submit three (3) copies of their SF 330 and all other relevant information, no later than February 12, 2008 by 4:00 P.M. local time and shall be addressed to: VA Medical Center, Attn: Pamela J. Pope, (90C), 500 West Fort St. Boise, Idaho 83702-4598. Following an initial evaluation of the qualification and performance data submitted by the AE firm, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for interviews. Firms selected for interviews will be requested to present their approach for this work and demonstrate their experience. Each AE firm will be ranked according to their interview and proposal submitted. The Contracting Officer will negotiate a contract with the tope firm identified by the evaluation team.
 
Web Link
pam.pope@va.gov
(http://www2.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA%2D260%2D08%2DRQ%2D0108/pam.pope@va.gov)
 
Place of Performance
Address: Department of Veterans Affairs;500 West Fort St.;Boise, Idaho 83702
Zip Code: 83702
Country: US
 
Record
SN01492792-W 20080127/080125223811 (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.