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
AWARD

C -- RECOVERY C--RECOVERY ACT - A/E Fire and Safety Deficiency Corrections Project R512-08-319 TASK ORDER NUMBER 18

Notice Date
7/23/2009
 
Notice Type
Award Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101B, Room 8;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
VA-245-09-RA-0198
 
Response Due
7/14/2009
 
Archive Date
7/29/2009
 
Point of Contact
Sophie Spencer(410) 642-2411 X 2923<br />
 
E-Mail Address
Contract Specialist
(sophie.spencer@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA512(P)P-978 VA512-C90903
 
Award Date
7/1/2009
 
Awardee
POLT DESIGN GROUP INC;1301 ENTERPRISE CT 103 C;BEL AIR;MD;210141847
 
Award Amount
68,782.00
 
Description
ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: VA Medical Center, Perry Point, Maryland is seeking qualified A/E Firms to furnish professional services for the design of Project 512-524, Renovate Building 360 for Warehouse. This acquisition is a 100% set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns and the award of a firm fixed-price contract is anticipated. The NAICS Code for this acquisition is 541310 and the applicable Small Business Size Standard is not more than $4.5 Million dollars average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $5,000,000.00 and $10,000,000.00. The selected A/E firm will be required to provide investigative services to include review of existing drawings and Feasibility Study and a site investigation to confirm locations, sizes and capabilities of utilities and to verify architectural features; develop a complete set of construction drawings and specifications; prepare a construction cost estimate; and provide construction period services. Project Design will include the replacement or revision of building utility systems to accommodate warehouse space or office space, as appropriate. The space in Building 360 will be configured to accommodate offices for Purchasing, Personal Property Management and Mailroom/Reproduction Room. The remainder of the building will be warehouse space, of which a portion will be separated for receiving, shipping and sorting of clean and dirty linen for the medical center. The following evaluation criteria will be used during the A/E selection process: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to perform the work in the required time; (4) Past performance on contracts with government agencies and private industry; (4) Location in the general geographical area of the project and knowledge of local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be numerically scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need for multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 100-mile radius of VAMC Perry Point, Maryland. Interested SDVOSB firms that meet the requirements listed in this announcement are invited to submit 2 copies of SF 330 Part I and SF 330 Part II to the Contracting Officer, Attn: Thomas E. Lynn, Jr., VA Medical Center, Building 101, Room 39, Perry Point, Maryland 21902, and reference the announcement number and project title listed NLT 2:00 PM (EDT), September 5, 2008. SF 330 forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax submissions will not be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the Central Contractor Registration (CCR) database at http://www.ccr.gov and the VetBiz Information Pages (VIP) at http://www.vip.vetbiz.gov, as well as the VETS 100 program, https://vets100.vets.dol.gov/vets100login.htm. In addition, current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. No solicitation package will be issued. Point of Contact is Thomas Lynn, (410) 642-1104, Thomas.Lynn@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA-245-09-RA-0198/listing.html)
 
Record
SN01885967-W 20090725/090724001223-07ee9f8b2bbe97be078d9987efec1c4f (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.