Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
DOCUMENT

C -- 695-12-157 - Historic and NRM IDIQ AE - VA MILW - 695 - Attachment

Notice Date
3/6/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;GLAC (69D);115 South 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D12I0419
 
Response Due
3/9/2012
 
Archive Date
5/8/2012
 
Point of Contact
Dean Regazzi, Contract Specialist
 
E-Mail Address
VHA NCO-12 GLAC Construction Contracting Office
(dean.regazzi@va.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS FOR SF 330'S. The Department of Veterans Affairs (VA), Greats Lakes Acquisition Center is looking for Architect/Engineer (AE) firms certified in the following categories: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUBZone, Woman Owned Small Business (WOSB), and/or Small Disadvantaged Business (SDB.) for A/E Design Services to provide Historical based Architectural, MEP, Landscaping, and design consulting services at the Clement J. Zablocki VA Medical Center, Historical District, in Milwaukee, WI. Work to include, but is not limited to: Historic NRM IDIQ AE Provide professional services necessary for the design of various nonrecurring maintenance construction projects involving Historic buildings, site, or maintenance at this Medical Center that are multi-discipline engineering in nature and primarily focused on Architectural, Mechanical, Electrical, and Plumbing Design and FCA (Facility Condition Assessment) (i.e., mechanical, electrical, architectural, civil structural, computer engineering services, etc.). Services to include, but are not limited to conceptual design, design programming, preliminary designs, working drawings and specifications, cost estimating, site visits, miscellaneous reports, and construction period services. AE to be familiar with Historic Preservation and be recognized by SHPO and AHCP as a professional historic preservation architect, historic landscape architect, and expert in the Department of the Interior Standards and the Section 106 process. All work will be for the Clement J. Zablocki VA Medical Center, Milwaukee, Wisconsin. The AE contract desired to be developed from this market research request will be an AE O/E IDIQ for historic site purposes only, 1 year w/4 of 1 year options at a max contract value of $2,000.000. Qualifications of responding firms should include but not limited to: specialized experience and technical competence of the firm with the specific type of services required and specific experience and qualifications of personnel proposed for assignment to the project. The contractor shall be required to provide fully designed systems which interface with the existing systems at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This will be addressed on the drawings and specifications as required on each Work Order. All Work Orders to be set aside for Milwaukee VA historical site design projects and purposes only. Special historical qualifications and experience of the prospective AE firm must be met per underlined description above. Firm desired to be within a 150 mile radius of the Milwaukee VA campus. Finally, the awarded firm is expected to meet the requirements in FAR clause 52.219-14 Limitations on Subcontracting (DEC 1996) and compliance will be monitored throughout contract performance. (The AE firm must be able to perform 50% of the cost of the contract performance which shall be performed by the employees of the firm). If your firm meets the criteria above please forward an email to dean.regazzi@va.gov by 4:00 pm on Friday March 09, 2012, with the subject line "FBO - AE Historical IDIQ - Milwaukee VA" and your company name. E-mail should contain the name and address of your firm, DUNS number, NAICS code; size standard and socioeconomic category(ies) for small business. Responses should include detail of experience in projects of a similar size, type, and scope, how your firm will meet Limitations on Subcontracting requirement, name and phone number of a point of contact in case further information is needed. Two to three page response should be sufficient. LOOK FOR ANY FURTHER INFORMATON IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12I0419/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-I-0419 VA69D-12-I-0419.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=304169&FileName=VA69D-12-I-0419-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=304169&FileName=VA69D-12-I-0419-000.docx

 
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: Clement J. Zablocki VAMC;5000 W. National Ave;Milwaukee, WI
Zip Code: 53295
 
Record
SN02689272-W 20120308/120307115150-0574e6c42c6e62a71e5ce233a523f59b (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.