Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

C -- B7 Seismic Study & Design

Notice Date
3/31/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Portland VAMC, Department of Veterans Affairs Medical Center, Contracting Office (P4CONT);Portland VA Medical Center;3710 SW US Veterans Hospital Road;Portland OR 97239
 
ZIP Code
97239
 
Solicitation Number
VA-260-09-RP-0321
 
Response Due
4/30/2009
 
Archive Date
6/29/2009
 
Point of Contact
Robert KollnContract Specialist<br />
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES FOR PROJECT DESCRIPTION: Furnish full A/E services for seismic study and complete design, including construction period duties, for Project 653-09-317, Contractor to perform seismic study and design for seismic upgrade for Building 7 and at the VA Roseburg Healthcare System, Roseburg, Oregon. POC: Mr. Robert Neil Kolln Jr. VA Contracting Officer, VISN 20 Network Contracting Activity (90NCA) OFFICE ADDRESS: VA NW Health Network, 5115 NE 82nd Suite 203, Vancouver, WA 98662 CONTRACT INFORMATION: VA Roseburg Healthcare System, Roseburg, Oregon is seeking qualified AE Firms for award of a Firm Fixed Price Architect Engineer Contract to perform AE services outlined described herein. The Construction Cost Range for Project 653-09-317 is between $1,000,000 and $5,000,000. SCOPE OF SERVICE: AE to provide seismic study, seismic upgrade design for building 7 and construction period services.The following evaluation criteria shall be strictly adhered to: FAR 36.602-1 (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. To be considered for this project contractors shall be within a 120 mile radius from VA Roseburg Healthcare System, located in Roseburg, Oregon. In addition to the evaluation criteria set forth in FAR 36.602-1 the board will consider the factors set forth in the Veterans Affairs Acquisition Regulations 836.602-1. Values will be assigned to each factor in determining the relative qualifications of the firms identified as qualified through the pre-selection process. The values may be confirmed or adjustments may be made as a result of the discussions. (a.) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (b.) Record of significant claims against the client because of improper or incomplete architectural and engineering services. (c.) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The design team must include an engineering firm specialized in seismic design and retrofit projects. Firms that meet the requirements listed in this announcement are invited to submit 1 electronic pdf copy of SF330 Part I and SF330 Part II to Robert Neil Kolln Jr., e-mail address robert.kolln@va.gov by 4:30 pm local time on April 30, 2009. It is the responsibility of the offeror to assure that the e-mail has been received. Faxed copies will not be accepted. The NAICS Code for this acquisition is 541310 - Architectural Services and the applicable Small Business Size Standard is not more than $4.5 million dollars average annual gross revenues for the past three fiscal years. Contract award is anticipated in May 2009. This is issued as unrestricted evaluation factors will be give preference to Veteran Owned Small Businesses and responses from all capable parties will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=76c7bcad8281e187936702909ade1cbc&tab=core&_cview=1)
 
Place of Performance
Address: VA Roseburg Healthcare System;913 NW Garden Valley Blvd;Roseburg, OR<br />
Zip Code: 97470<br />
 
Record
SN01781730-W 20090402/090331221122-76c7bcad8281e187936702909ade1cbc (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.