Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

C -- Architect and Engineering ServicesDepartment of Veterans Affairs Medical Center

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs, VA Nebraska Western Iowa Health Care System (Omaha Division), Department of Veterans Affairs Nebraska Western Iowa Health Care System, Department of Veterans Affairs;VA Nebraska Western-Iowa HCS;Omaha Division;4101 Woolworth Ave.;Omaha NE 68105
 
ZIP Code
68105
 
Solicitation Number
VA-263-08-RP-0385
 
Response Due
10/2/2008
 
Archive Date
11/1/2008
 
Point of Contact
Sharon SpohnContract Specialist<br />
 
Small Business Set-Aside
Partial Small Business
 
Description
The Nebraska Western Iowa VAMC is soliciting Standard Form 330s (Architect Engineer Qualifications) advertising for up to three (3) indefinite delivery- indefinite quantity, multi-discipline contacts for Architect-Engineer services, which one (1) is unrestricted and two (2) are set-aside for small businesses. The selected A/E firm shall provide professional A/E services for various VA projects as required, in accordance with Brooks Architect-Engineers Act and FAR part 36. A/E services shall include, but not limited to: site investigations, consultations, conceptual designs, plans, and specifications, verification of as-built drawings, detailed drawings, accurate cost estimates and construction period services. The estimated maximum cumulative A/E fees under any resultant contract shall not exceed $400,000, which is inclusive of the base year and four (4) one-year options periods. The guaranteed minimum task order shall be $5,000 for the base period only. There shall be no guaranteed minimum for the option periods, if exercised. The NAICS Codes are 541330/541270. PRESELECTION CRITERIA: Firms must be located in a 150-mile radius of the VAMC Omaha, Nebraska. Firms must have a minimum of two engineers employed on a full time basis. At least one engineer must be a Registered Professional Engineer and have a minimum of ten years experience in AE Services. SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: 1) General Experience: Describe your recent experience (within the last 5 years) and technical competence, particularly with the renovation, alteration and addition to institutional facilities, including healthcare facilities. 2) Specific Experience: Describe your experience in the following areas: value engineering, life cycle analysis, new energy sources, life safety codes, specialized experience, computer aided design, drafting and other computer applications 3) Past Performance: Provide supporting documentation of your past performance on the projects listed above, to include letters of reference and performance evaluations; 4) Professional Qualifications and background for the following disciplines: architect, civil engineer, structural engineer, mechanical engineer, electrical engineer and other designers; 5) Proposed Design Management Plan: Projects may require production of contract documents in short periods of time and may involve one, two or a combination of multiple design disciplines. Projects will generally be small renovations or alterations of existing space and may require technical expertise with medical systems and equipment. The plan should include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used, and an organizational chart showing the inter-relationship of management and various team components; 6) Past performance on previous contracts with respect to cost control, estimating effectiveness, and performance schedules. Projects must be designed within available budgets; 7) describe circumstances and outcomes of any litigation you have been involved with over the past five years; and 8) indicate type and amount of liability insurance your carry. The above evaluation factors listed in their order of importance with Factor 1 being most important. SUBMITTAL REQUIREMENTS: A/E firms are required to submit SF330 (3 copies) to the attention of the Contracting Officer no later than 2:00 PM CST on October 2, 2008. This is not a request for proposal. No material will be issued and no solicitation packages or bidder/plan holders list will be issued. SF 330 can be located at www.gsa.gov click on form, search for SF330. POINT OF CONTACT: Bob Yeager, Architect Management, Facilities Management, Robert.Yager@va.gov, Ph: (402) 346-8800 Ext. 4450. Contracting Officer: Sharon Spohn, Sharon.Spohn@va.gov, (402)346-8800 ext 4780 and Gregg Sutcliffe, Gregg.Sutcliffe@va.gov, (402)346-8800 ext 4527. Email your questions to Bob Yeager (technical questions) or Sharon Spohn/Gregg Sutcliffe (contractual questions)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ebeaeccead3ecc8cf6c698275d36f44a&tab=core&_cview=1)
 
Place of Performance
Address: Department of Veterans Affairs;Nebraska Western Iowa Healthcare System;4101 Woolworth Avenue;Omaha, NE 68105<br />
Zip Code: 68105<br />
 
Record
SN01653162-W 20080829/080827222213-ebeaeccead3ecc8cf6c698275d36f44a (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.