Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
DOCUMENT

C -- A/E Open-End IDIQ, Madison VAH - Attachment

Notice Date
3/2/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;GLAC (69D);115 South 84th Street, Suite 101;Milwaukee 53214-1476 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D12I0412
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
John
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, is seeking interested firms that are classified under one or more of the following small business programs that can provide professional Architectural Engineering Design services under an IDIQ contract: (1) Service Disabled Veterans Owned Small Business (SDVOSB) (2) Veteran-Owned Small Business (VOSB) (3) Section 8(a), (4) HUB Zone, (5) Small Disadvantaged Business (SDB), (6) Woman-Owned Small Business (WOSB), (7) Small Business. Services are primarily Architectural and Engineering in scope and may have related Mechanical/Electrical/Plumbing and Fire Protection Engineering. Scope of work may include the field verification of existing conditions, preparation of schematic designs, space plans, construction documents, specifications, cost estimates, review of shop drawings & sample submittals, site visits and preparation of punch lists etc. for final acceptance, and construction period services. A/E Services shall be provided for one (1) year, with the option to extend for two (2) additional years. For any one project, a work order will be issued not to exceed $500,000, and the total cumulative contract amount for work orders shall not exceed a maximum of $1,900,000. The NAICS code is 541310 and the size standard is $4.5 million. Area of consideration is restricted to 100 miles of Wm. S. Middleton VA Hospital, Madison, WI 53705. For a company to be determined capable of performing the services required they must demonstrate the capabilities listed below. A/E firms within the area of consideration are invited to submit a brief statement of capabilities (maximum of 5 pages). The statement of capabilities should include specific documentation of the following items: 1)SDVOSB or VOSB CVE Verification 2)Provide a short narrative on company to include as a minimum: a) number of years as an A/E firm; b) the number of architects and engineers at your firm. 3)Provide a detailed description (including size, scope, and dollar value of the firm's experience with similar projects). Provide what percentage of the design work was done by your firm on each project identified. 4)Firm's capacity to manage multiple design and construction administration projects concurrently while adhering to tight schedules. 5)Name and address of your firm; DUNS Number and name and phone number of a point of contact if further information is needed. 6)Firm's experience with the VA-Space and Equipment Planning System (VA-SEPS). VA-SEPS is a computerized space and equipment planning tool for health care projects developed collaboratively by Department of Defense and the Department of Veterans Affairs. 7)Any additional information which will demonstrate that your firm will have the necessary in-house staff to complete at least 50% of the cost of contract performance incurred for personnel. Responders are solely responsible for all expenses associated with responding to this request for information. Please forward the information via e-mail to john.meyers2@va.gov with the subject line "VA-69D-I-0412." By 4:30 pm on March 16, 2012. This is neither a request for SF 330s nor a Request for Proposals. Do not submit a SF 330 in response to this Sources Sought Notice. This is only for market research purposes. If a firm submits a SF 330 or a submission that is over 5 pages, the Government will review the first 5 pages of the submission. The Government will make a determination whether or not to set the acquisition aside for SDVOSB, VOSB, 8(a), HUBZone, SDB, WOSB, or SB firms based on all market research conducted, particularly the responses received to this Sources Sought Notice and the evaluation of those responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12I0412/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-I-0412 VA69D-12-I-0412.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=303106&FileName=VA69D-12-I-0412-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=303106&FileName=VA69D-12-I-0412-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Wm S. Middleton VA Hospital;2500 Overlook Terrace;Madison WI
Zip Code: 53705-2254
 
Record
SN02687953-W 20120304/120302234746-07e8507f49a342bf80cae5c782c9a906 (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.