Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SPECIAL NOTICE

C -- A/E SOURCES SOUGHT MECHANICAL/ARCHITECTURAL

Notice Date
8/22/2007
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton OH 45428
 
ZIP Code
45428
 
Solicitation Number
VA-SNOTE-070822-003
 
Archive Date
10/21/2007
 
Description
THIS IS TO CORRECT THE TYPE OF NOTICE TO READ SPECIAL NOTICE, INSTEAD OF SOURCES SOUGHT. NO OTHER INFORMATION IN THIS NOTICE IS BEING CHANGED, INCLUDING THE RESPONSE DATE. The VA Medical Center, Dayton OH is seeking sources to provide indefinite delivery, indefinite quantity (IDIQ) Architectural Engineering (A/E) services for Architectural and Mechanical disciplines. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION PACKAGE OR BIDDER LIST WILL BE ISSUED. A/E firm will provide professional services necessary for the design of various projects that are Architectural and/or Engineering in nature which may include the preparation of designs, plans, specifications, cost estimates, miscellaneous reports and construction period services. Firm must be located within 100 mile radius of the VA facilities listed. Delivery or performance shall be made only as authorized by issuance of separate task orders. Anticipated users are VA Healthcare System of Ohio, (VISN 10) VA Medical Centers (VAMC) Dayton, Cincinnati and Chillicothe. For the purposes of this announcement Dayton and Chillicothe are being considered one facility, with Dayton as the primary user. Contracts will be awarded for a period of one year, with up to 4 additional one year periods to be exercised at the discretion of the Government, or until the maximum contract award amount is reached. A maximum of one award per discipline (Architectural/Mechanical), per facility will be awarded. Awards per discipline, per facility will be set-aside for Emerging Small Businesses (ESB) in accordance with FAR 19.10, Small Business Competitiveness Demonstration Program. These awards shall be for individual projects between $3,000.00 and $50,000.00. The maximum amount obligated under a resultant ESB set-aside contract shall not exceed $600,000.00, which is all inclusive of the base year and all option periods. The North American Industrial Classification Standard (NAICS) codes for this procurement will be 541330 and 541310. The small business size standard is $4.5 million average annual receipts for the preceding three years. The definition of an emerging small business, as indicated in the set-aside above is ".a small business concern whose size is no greater than 50 percent of the numerical size standard applicable to the NAICS code assigned to a contracting opportunity. Therefore, the size standard for consideration under the ESB set-aside is $2.25 million average annual receipts for the preceding three years. All qualified ESB businesses are encouraged to submit qualifications (3 copies) of 330's which may be considered. If no ESB firms respond, award will be made to other than ESB firms. The A/E selection criteria shall include the following elements not necessarily listed in order of importance or merit: Professional qualifications necessary for satisfactory performance of required services; Team proposed; Specialized experience and technical competence in the type of work required, repair, renovation, alteration, or upgrade projects, new construction projects and engineering studies of medical and similar facilities; including, where appropriate, experience in energy conservation, pollution preventions, waste reduction and the use of recovered materials; Proposed Management Plan; Capacity to accomplish the work in the required time; Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules; Previous experience of proposed team; Estimating effectiveness; Value Engineering, Interior Design, CADD and other computer applications; Location in the general geographical area of the project and knowledge of the locality of the project; Awards; Insurances and record of significant claims against the firm because of improper of incomplete engineering services (errors and omissions). All requested information (330) must be submitted (not faxed) to the VA Medical Center, Attn: Contracting Officer 90C, Kathy Laffey-Miller, 4100 West Third Street, Bldg. 408, Dayton, OH 45428, NO LATER THAN CLOSE OF BUSINESS 4:30 PM E.S.T., SEPTEMBER 17, 2007. ALL QUESTIONS MUST BE ADDRESSED IN WRITING AND SENT TO THE CONTRACTING OFFICER LISTED ABOVE THERE IS NO GUARANTEE THAT E-MAILS WILL BE RESPONDED TO. FAXED 330'S WILL NOT BE ACCEPTED. NUMBERED NOTE 24.
 
Web Link
fedbizopps
(http://www.fbo.gov)
 
Record
SN01380974-W 20070824/070822220919 (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.