Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOLICITATION NOTICE

C -- A/E IDIQ Contract MULTIPLE AWARDS

Notice Date
7/7/2009
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs, Albany VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave.;Buffalo NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA-528-09-RP-0180
 
Response Due
8/7/2009
 
Archive Date
10/6/2009
 
Point of Contact
Jason V WhiteContract Specialist<br />
 
E-Mail Address
Contract Specialist
(jason.white@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Date:07/08 Year:09 Contracting Office Zip Code: 12208 Classification Code:C Contracting Office Address: 113 Holland Ave. Albany, NY Mailcode 90-NCA SUBJECT:C-Multiple Award Indefinite Delivery/Indefinite Quantity Architectural/Engineering Services CONTRACT POINT OF CONTRACTING OFFICER: Sonja Stroud, Contract Specialist (518) 626-6139; Jason White, Contract Specialist (518) 626-6844 NAICS CODE:541310 DESCRIPTION:Samuel S. Stratton VA Medical Center is soliciting for multiple-award Indefinite Delivery-Indefinite Quantity (IDIQ) contract for Architectural/Engineering (A/E) services. The contract term will be for one base year and one option year exercised by unilateral right of the Government. This solicitation may result in as many as five awards. All awardees will be expected to have a full A/E team on staff and be capable of performing any task as described herein. As an IDIQ contract, specific contract minimum and maximum limitations must be specified for this need. The total value for the two-year contract period of any award made as a result of this solicitation shall be one million dollars ($1,000,000.00), or $500,000.00 per year per award. Each awarded contractor is guaranteed a fee of $25,000 over the potential two-year term of the contract as a "base" minimum. No guarantee is made on when this base fee will be included in a single task order, or how it may be broken out amongst multiple task orders. Only firms within 200 miles (or with branches within 200 miles) of the Samuel S. Stratton VA Medical Center will be considered for award of this contract, as one of the essential elements of performance is site visits during construction services, which are often not scheduled far in advance and may need to occur on very short notice to avoid delays in construction performance. Any/All project(s) can reasonably be expected to include the following (in no particular order): "Mechanical Design/Engineering "Electrical Design/Engineering "Plumbing Design/Engineering "HVAC Design/Engineering "Environmental Analysis, which may include hazardous substance testing and abatement planning "Structural Engineering/Analysis "Civil Engineering/Analysis, which may include geological surveys, topographical surveys, concrete design, retaining wall analysis, etc. "Interior Design and/or Space and Layout Schemes "Design-Build Preparation (completing scopes of work, creating project descriptions, creating partial designs for completion by design-build contractors, etc.) "Land Surveying "General Architectural Design Services "Cost Estimating Offerors will respond to this solicitation for qualification packages by submitting Standard Form 330's by the designated time and date. The evaluation procedures for A/E contracts as specified in FAR part 36 will apply to this contract. After an initial "shortlist" evaluation, the most highly rated offerors will be invited to the Stratton VA Medical Center for oral presentations and evaluation. Following these presentations, selection of the five most highly rated offerors will be made for negotiations towards award. While no socio-economic set-aside is announced for this solicitation, the Government does intend to give weight to the socio-economic category of each offeror. If three or more offers are received from one socio-economic group (e.g., Service-Disabled Veteran Owned Small Business), the Government may elect to consider only that socio-economic category for award of one or more award slots. In accordance with the Brooks Act, at least three offers from any socio-economic category must be received for consideration of a set-aside. Additionally, socio-economic offerors must be evaluated as technically acceptable to count towards the required three offers necessary for a set-aside. Technically acceptable is defined as an average overall shortlist rating of 60 or more out of 146 possible points. The standard VA Office of Construction and Facilities Management score sheets shall be used for both phases of evaluation. Blank copies of these forms are available upon request for potential offerors. Preference will be given to emerging small business concerns per the Small Business Competitiveness Demonstration program, provided three or more offerors meet the criteria of an emerging small business. Awards shall NOT be set aside for small business concerns, due to the restrictions stipulated in FAR 19.10. In decreasing order of preference, the following socio-economic categories will be given preference for award: 1.Service Disabled Veteran-Owned Small Business/Emerging Small Business 2.Veteran Owned Small Business 3.HUBZONE Business 4.MBE/8a/Small Disadvantaged Business/Women-Owned Small Business PLACE OF CONTRACT PERFORMANCE:Samuel S. Stratton VA Medical Center, 113 Holland Ave, Albany, NY 12208 Set-Aside Status: TBD Email: Sonja.Stroud@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/VA-528-09-RP-0180/listing.html)
 
Place of Performance
Address: STRATTON VA MEDICAL CENTER;113 HOLLAND AVE.;MAILCODE 2-90 NCA;ALBANY, NY 12208<br />
Zip Code: 12208<br />
 
Record
SN01867907-W 20090709/090708001830-1d298ef003d9e3a3ae30c84d6b8f8fed (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.