Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
SOLICITATION NOTICE

Z -- Multi-Site MRI Renovation and Construction

Notice Date
2/14/2008
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-08-RP-0123
 
Response Due
3/27/2008
 
Archive Date
4/26/2008
 
Point of Contact
Michael Owen Contract Specialist 612-467-2190
 
E-Mail Address
Email your questions to CONTRACTING OFFICER
(JULIE.STOUT@VA.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
RFP: VA263-08-RP-0123 Due: Phase I *** Proposals - March 27, 2008 Site Visits: Minneapolis - Tuesday, March 4, 2008 at 1:00 pm; Sioux Falls - Tuesday, March 11, 2008 at 1:00 pm; Des Moines - Wednesday, March 12, 2008 at 10:00 am Z - Maintenance, Repair or Alteration of Real Property The Department of Veterans Affairs VISN 23 Contracting and Purchasing Office, Minneapolis, MN announces a multi-site Design/Build Project for the preparation of three Magnetic Resonance Imaging (MRI) sites at three (3) different locations. *** This solicitation will take place in accordance with FAR 36.3 Two-Phase Design-Build Selection Procedures. Phase I shall consist of, at a minimum, a response to the scope of work for each site and evaluation factors, such as: 1) key personnel; 2) technical qualifications, such as: a) specialized experience and technical competence; b) capability to perform; c) past performance of the offeror's team (to include A-E and construction members); and, 3) Other appropriate factors. Phase II will consist of technical and price proposals and will be limited to no more than five offerors (in accordance with FAR) selected from the Phase I respondents. Firms invited to participate in Phase II will be notified in writing. Phase II will have additional evaluation factors, such as 1) design concepts; 2) management approach; 3) schedule; and, 4) proposed technical solutions. Phase II will also require a Bid Guarantee. Evaluation factors for both phases will be finalized in the solicitation documents. The Government anticipates awarding the resultant Design-Build contract to only one firm, but may consider awarding multiple contracts if it is advantageous to the Government. Final award(s) will be made based on a Best Value determination. BACKGROUND AND PROCESS - VISN 23 is acquiring three new MRI machines. The machines will be acquired by the VA National Acquisition Center (MAC), Hines, IL. One each is to be installed at the VAMC Minneapolis, MN, the VAMC Sioux Falls, SD, and VAMC Des Moines, IA. The new MRI at Minneapolis is intended to be placed in renovated space. The new MRIs at both Sioux Falls and Des Moines will be placed in new additions, with renovations to accommodate tie-in to and matching of historical existing buildings. The MRI units being purchased are Phillips 3.0 Tesla Achieva and it is the VA's intent to incorporate the patented Phillips "ambient experience". The delivery date for the equipment is still pending. NAICS Codes 541310 or 236220 apply depending if the Prime Contractor is an A-E firm or a construction firm. THIS IS A 100% SET-ASIDE FOR SERVICE- DISABLED VETERAN-OWNED SMALL BUSINESS in accordance with the Veterans First Contracting Program (PL 109-461). It is in the intent of the government to publish all necessary Request for Proposal (RFP) documents on or about February 28, 2008. Solicitation documents will be available at www.fbo.gov. Phase I proposals are due in the VISN 23 Contracting Office, VA Medical Center, Bldg 68, One Veterans Drive, Minneapolis, MN 55417 by 4:30 p.m. CT on March 27, 2008. The Government desires that offerors provide two (2) copies each required submission for each Phase. In accordance with FAR 28.101 Phase II will require the submittal of a Bid Guarantee of 20% of the price bid. Only separate bid bonds are acceptable for this construction project. NOTE: Plans are now underway to re-locate the VISN 23 Contracting Office in the near future. An amendment will be issued if this re-location occurs before Phase II proposals are due (Phase II proposals are estimated due mid-June 2008). Any questions regarding this announcement must reference VA-263-08-RP-0123. The Government will not undertake extraordinary measures to identify responses without this reference. Responses received that do not reference this number may not receive attention and the offer may not be considered for inclusion in or beyond Phase I. The Government will incur no cost associated with the provision of proposals sought in this solicitation. SITE VISITS - Site Visits for each location are scheduled for Minneapolis - Tuesday, March 4, 2008 at 1:00 p.m. CT, Room 1B-102, Bldg. 70; Sioux Falls - Tuesday, March 11, 2008 at 1:00 p.m. CT, Conference Room, Bldg. 17; and, Des Moines - Wednesday, March 12, 2008 at 10:00 a.m. CT, Room 102, Bldg. 2 (park in Lot #5 [far West Lot]). The VA feels that attending the site visits is essential for contractor(s) to understand the project and VA requirements. While attending the site visits are not mandatory, prospective contractors are encouraged to attend and that FAR Clause 52.236-3, Site Investigation and Conditions Affecting the Work apply. INFORMATION - Informational requests should be directed to Julie Stout ( julie.stout@va.gov ) or Michael Owen ( michael.owen@va.gov ). Your request should include your company name, address, phone number, and fax number.
 
Place of Performance
Address: ONE VETERANS DRIVE
Zip Code: 55417
Country: US
 
Record
SN01508988-W 20080216/080214224134 (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.