Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS

C -- ARCHITECTURAL AND ENGINEERING ANALYSIS

Notice Date
May 24, 2001
Contracting Office
Department of Veterans Affairs, AFMLOV/VA Special Services, Contracting Officer, 1423 Sultan Street, Suite 200, Frederick, MD 21702-5006
ZIP Code
21702-5006
Solicitation Number
RFP-797-FDF4-01-0019
Response Due
June 15, 2001
Point of Contact
Wanda L. Gaines (301) 619-6652
E-Mail Address
Click here to contact the Contracting Officer via (Wanda.Gaines@Ft-Detrick.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation WILL NOT be issued. Solicitation number RFP-797-FDF4-01-0019 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-25. The NAICS code is 541330 and the small business size standard is $4.0M. This is not a total set aside for small business. The AFMLO/VASS has a requirement for an Architectural and Engineering analysis of the functional configuration and infrastructure conditions at the 9th Medical Group Hospital (Clinic), Beale AFB, CA. Certified drawings are not required. The hospital was originally built in the late 1950's and has had one major addition and several renovations over the years. The hospital is classified as Business Occupancy. The contractor is required to prepare a proposal that documents a physical assessment of the buildings and develop a program for improvement. The proposal shall address a new program approach along with anticipated construction costs to upgrade the facility incorporating the "Clinic-of-the-Future" concept developed by the Air Force. Contractor shall be required to perform a field investigation on site which must be completed within 1 week. In an effort to document the physical assessment, contractor is required to perform visual inspection of all systems, (architectural, mechanical, and electrical [A,M,E]). Contractor is required to review all current projects (A,M,E); interview facilities manager; conduct user interviews for functional requirements, phasing needs, and staffing projections; determine staging scenarios/locations; and develop narratives for report (A,M,E). In an effort to develop a program for improvement, contractor is required to develop preliminary concept alternatives, evaluate concepts, develop consensus approach, develop phasing strategy, and develop character sketch of exterior. Contractor is further required to provide engineering recommendations; architectural description (functional & aesthetic); phasing approach; and statement of probable cost. Offerors are required to schedule a site visit with Mr. Jack Wise (530) 634-4902. Offerors responding to this announcement shall provide the information contained in FAR clause 52.212-1, Instructions to Offerors Commercial Items and shall include a completed copy of provision 52.212-3, Offeror Representations and Certification -- Commercial Items. The Offeror shall also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. Clause 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Proposals will be evaluated based on (1) Technical capability, (2) past performance, and (3) price. Technical and past performance when combined are significantly more important than price. Offerors shall provide technical information and a minimum of three past performance references, preferably government references. The resulting award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Offers are due by 1600 hours EDT on 15 June 2001 at AFMLO/VASS Attn: Wanda Gaines, 1423 Sultan Ave., Suite 200, Fort Detrick, MD 21702-5006. Full text of the clauses may be accessed electronically at the internet site: http://www.arnet.gov/far. The Government anticipates award of a purchase order resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government (best value). Offers may be faxed to Wanda L. Gaines at 301-619-6647 or emailed to wanda.gaines@ft-detrick.af.mil.
Record
Loren Data Corp. 20010529/CSOL006.HTM (W-144 SN50N0C9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 24, 2001 by Loren Data Corp. -- info@ld.com