Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2008 FBO #2502
SOLICITATION NOTICE

H -- Inpatent MH patient privacy expansion A/E Services

Notice Date
9/30/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, VA Salt Lake City Health Care System (See VA Rocky Mountain Consolidated Contracting Center), Department of Veterans Affairs Salt Lake City Health Care System, Department of Veterans Affairs;VA Salt Lake City Health Care System;A&MMS;500 Foothill Drive;Salt Lake City, Utah 84148
 
ZIP Code
84148
 
Solicitation Number
VA-259-09-RP-0007
 
Response Due
3/2/2009
 
Archive Date
5/1/2009
 
Point of Contact
Rita CrigerContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
The VA Salt Lake City Health Care System in Salt Lake City, Utah has a requirement for an indefinite delivery/indefinite quantity. A/E team to provide pre-design, schematic design, design development, and construction documents, site visits, construction period services commissioning record documents, and post occupancy evaluation.Project to be designed to be an addition to existing Building 3 at VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148. Building 3 is a mental health services building that requires special attention to details of the built environment to care for security issues, prevention of self-inflicted harm, and the treatment of those with both mental and physical disease and injury. The A/E selection criteria shall include the following elements ( I ) through ( XI ), not necessarily listed in order of importance or merit: ( I ) Professional qualifications and designations of the firm's staff/consultants to be assigned to the projects ( II ) Proposed management plan; ( III ) Previous experience (specialized experience of the firm (prime and consultants) in the design of repair, renovation, alteration, or upgrade projects, new construction projects, and engineering studies of medical and similar facilities); ( IV ) Facilities location (Prime firm and Consultants); ( V ) Proposed design approach; ( VI ) Project control (Cost and Schedule); ( VII ) Estimating effectiveness; ( VIII ) Team design philosophy and method of implementing; ( IX ) Describe your experience and capabilities in the following areas: Value engineering, life cycle analysis, critical path method, fast-track-construction, energy conservation, new energy sources, environmental assessment, specialized experience, computer aided design, drafting, and other computer applications; ( X ) Describe awards received; ( XI ) Describe circumstances and outcomes of any litigation you have been involved in over the past five years and indicate type and amount of liability insurance you carry. This is a request for the SF 330 only. One A/E firm will be selected. All interested firms shall submit three (3) copies of their SF 330 no later than 4:00 PM Mountain Time on March 2, 2009 and shall be addressed to: Rita Criger, Acquisition & Materiel Management (04AA), 500 Foothill Drive, Salt Lake City, Utah 84148. Eligible firms must be located within a 100-mile radius of the VASLCHCS. For further information regarding this proposed acquisition, email rita.criger@va.gov. Request for Proposal (RFP ) VA-259-09-RP-0007 shall be utilized to solicit a proposal from the selected firm. THIS IS NOT A REQUEST FOR PROPOSAL. No material will be issued and no solicitation package or bidder/plan holder list will be issued. Ms.Criger can provide electronic copies (MS Word Format) of the SF 330 to interested parties, or the forms and instructions for their completion may be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do Form Type - SF 330. Please submit any question by email. Fax copies of forms will not be accepted. Personal visits to discuss this contract will not be scheduled but communication for such may be required after the submittal review by the selection board. Small and disadvantaged firms are encouraged to participate as a prime consultant or as members of joint ventures with other small businesses. If subcontracting opportunities exist and the submitting firm is not a small business, the submitting firm should submit a subcontracting plan.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=426d15f5d2bae642b9fbadb67471b8a8&tab=core&_cview=1)
 
Record
SN01685497-W 20081002/080930222157-426d15f5d2bae642b9fbadb67471b8a8 (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.