Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOLICITATION NOTICE

Y -- Design Build Pharmacy Rooms

Notice Date
2/29/2008
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (P4CONT);Portland VA Medical Center;3710 SW US Veterans Hospital Road;Portland OR 97239
 
ZIP Code
97239
 
Solicitation Number
VA-260-08-RP-0157
 
Response Due
4/22/2008
 
Archive Date
6/21/2008
 
Point of Contact
Lorna Craig Portland VA Medical Center 1601 East Fourth Plain Blvd Vancouver, WA 98661
 
E-Mail Address
Email your questions to Lorna.Craig@va.gov
(Lorna.Craig@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
DESIGN BUILD PHARMACY ROOMS SYNOPSIS: The solicitation will be issued on a set-aside basis for service disabled veteran-owned small business (SDVOSB). This will be a two-step design/build construction project Request for Proposal in accordance with FAR 36.3. It is the intent and objective of the Government to obtain services including all labor, material, transportation, equipment and supervision required to update the pharmacy rooms. This contract will require design services, site demolition, renovation, and construction work to the Department of Veterans Affairs (VA) Medical Center at Portland, Oregon. The existing building will be occupied and fully operational during construction. The rooms will be renovated to meet VA and U. S. Pharmacopeia (USP) 797 design guidelines as approved by the Joint Commission on Accreditation of Healthcare Organizations (JCAHO). USP 797 guidelines are at: http://www.usp.org. A partial Architectural design was completed and will be incorporated into the design build project. A partial set of specifications has been provided, but will need to be completed by the successful offeror. The RFP will provide the partial architectural plans and specifications available. The NAICS Code for this proposed procurement is 236220, Commercial and Institutional Building Construction and the annual size standard is NTE $31 Million. Estimated cost of this potential contract is between $250,000 and $500,000. Phase 1:Technical proposals will be evaluated in Phase 1 to determine which offerors will submit proposals for Phase Two. Phase 1 Request for Proposals (RFP) will be available for viewing and downloading on or about March 17th, 2008. The solicitation will be issued in electronic format only. The Phase 1 technical proposal due date is April 22, 2008, 2:00 p.m. Pacific Time. Phase 1 will be evaluated on 1)Technical Approach including management approach, understanding of the project, project schedule and phasing, 2) Technical qualifications including relevant project experience, and technical capabilities 3) Teaming arrangements, personnel, and past performance of offeror's team will be evaluated. The offeror shall provide resumes of key personnel. The proposal shall not exceed 20 pages in Times New Roman font at 12 pitch. No more than three offerors shall be selected to submit phase-two proposals. Phase 2: Phase 2 of the solicitation shall require submission of both technical and price proposals. Technical factors include (1) design concepts, functionality and aesthetics, (2) management approach proposed contract duration and summary schedule, (3)personnel and subcontractors and proposed technical solutions and (4) Price and technical proposal shall be evaluated separately in accordance with Part 15 of the FAR and shall be submitted as separate volumes. The source selection process to be used is Best Value Trade-Off Approach. Award will be made to the offeror whose total price and technical proposal offers the best value to the government. Proposals shall include sufficient detailed information to allow complete evaluation. Award will be made under competitive negotiation procedures and may be made without discussion. The award will be a firm fixed price award. Amendments to Phase 1 will be posted on FedBizOps, therefore it is the offerors' responsibility to check the website periodically for any amendments to this solicitation. Offers will not be publicly opened. The number of offers received, the identity of the offers received, the amount of any offer or relative standing of the offers will not be disclosed to anyone until the time of contract award. All offerors submitting solicitations must be registered in the Central Contractor Registration (CCR) prior to award of the contract. The purpose of this database is to provide basic business information, capabilities and financial information to the Government. The CCR website can be accessed at www.ccr.gov . For inquiries, please contact Lorna Craig at email Lorna.Craig@va.gov. Telephone questions will not be accepted.
 
Place of Performance
Address: Portland VA Medical Center;3710 SW Veterans Hospital Drive;Portland, Oregon
Zip Code: 97239
Country: USA
 
Record
SN01520716-W 20080302/080229224204 (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.