Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2009 FBO #2798
SOLICITATION NOTICE

Y -- RECOVERY Y--RECOVERY: Recovery Act Renovate Primary Care Space for Women's Clinic, Building 103

Notice Date
7/23/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs, Portland VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;VA NW Health Network - VISN 20;5115 NE 82nd Ave, Suite 203;VANCOUVER WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA-260-09-RA-0523
 
Response Due
8/6/2009
 
Archive Date
10/5/2009
 
Point of Contact
Robert KollnContract Specialist<br />
 
E-Mail Address
Contract Specialist
(robert.kolln@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
RECOVERY, Recovery Act Project for the Department of Veterans Affairs, Portland VA Medical Center, 3710 SW US Veterans Hospital Rd, Portland, Oregon anticipates soliciting offers and subsequently awarding a contract for a design build construction project that creates a Women's clinic in the existing Primary Care Clinic in bldg. 103. The project consists of creating a waiting area, reconfiguring exam rooms, adding a patient bathroom, and creating a clean utility room.. This notice is advertised as "information only" and is limited to Service-Disabled Veteran-Owned Small Businesses (SDVOSB's) pursuant to the authority set forth in 38 USC 8127. The contractor shall furnish all labor, materials, equipment, supplies, and travel necessary to perform this contract. The completion of this project shall not exceed 180 days from Notice to Proceed. Contractors will submit two separate volumes in response to the solicitation. Volume One will include information about design-build team qualifications, experience, past performance with similar projects and technical. Volume Two will contain the contractor's price information. Volume One and Volume Two proposals shall be submitted at the same time and shall be clearly labeled as Volume I and Volume II. Volume One and Volume Two will be evaluated separately. This project is being advertised as a Service Disabled Veteran Owned Small Business set-aside pursuant to the authority set forth in 38 USC 8127. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the FedBizOpps website. The Primary Point of Contract for this project is Mr. Robert Kolln Jr., Contract Specialist, (360) 852-9862. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view the FedBizOpps website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the site. This is a competitive negotiated acquisition using source selection procedures. The Government intends to use the trade-off process in selecting the prime contractor. The trade-off process is a method of evaluating both the technical factors specified in the solicitation and the price. The Government intends to award the contract to the responsible Offeror whose offer conforms to the solicitation and is most advantageous to the Government, with technical factors being considered more important than price. The object is to select the proposal that offers best value. The RFP will consist of two volumes to be submitted at the same time; Volume I: design-build team qualifications, experience, past performance with similar projects (PHASE I and PHASE II) and technical. Volume II: price proposal. The government intends to award without discussions. Evaluation Criteria for Volume I are Teaming Arrangements (Experience, Firms, Personnel, Team Composition), and Technical: (Management Plan/Quality Control, Delivery Plan, Past Performance, Accreditation and Socio-Economic Factors). Evaluation Criteria on Volume II is Price which shall include A/E fees and Construction costs. Large businesses proposing a price more than $1,000,000 shall include a subcontracting plan. The estimated Price Range is between $100,000 and $250,000. Expected issuance of the solicitation is: 08/6/2009. A pre-solicitation conference is expected on or about 8/13/2009. Questions will not be received until after the site visit which will be announced in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/VA-260-09-RA-0523/listing.html)
 
Place of Performance
Address: Portland VA Medical Center;3710 SW US Veterans Hospital Rd<br />
Zip Code: 97239<br />
 
Record
SN01884917-W 20090725/090723235737-aa50f6e897aac8e71ad6d1806007bbc3 (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.