COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30, 2001 PSA #2967
SOLICITATIONS
C -- ARCHITECT-ENGINEER SERVICES FOR MULTIPLE VA MEDICAL CENTERS, CALIFORNIA
- Notice Date
- October 26, 2001
- Contracting Office
- Department of Veterans Affairs, A/E Evaluation and Program Support Team (181A), 810 Vermont Avenue, NW, Washington, DC 20420
- ZIP Code
- 20420
- Solicitation Number
- 101-839
- Point of Contact
- Scope: Fred Neun, 202-565-5235/Selection Process: Robert T. Smoot, 202-565-4181
- Description
- Applications are invited from architects or architect/engineer firms (NAICS 54310), to provide advance planning and design professional services for seismic corrections and related renovation, alterations or new design/construction related work at multiple VA Medical Centers within the State of California, and may include, but not limited to, the following Veterans Affairs Medical Centers: VAMC San Francisco, VAMC West Los Angeles, VAMC Long Beach, VAMC Palo Alto, and VAMC San Diego. There will be multiple architect/engineering awards for projects ranging from $10 to $50+ million. This announcement is open to large and small businesses. A determination for the number of large and small businesses contracts will be made once applications are evaluated, however, at least one (1) small business firm will be selected. These services may include, but are not limited to: development of design programs, schematic designs, design development documents, contract documents, preparation of design/build RFPs, cost estimates; construction period services such as inspections. Projects will require some or all of the following disciplines: architecture; interiors; mechanical, electrical, plumbing, structural, seismic, civil, automatic transport, and environmental engineering; landscape architecture; planning; cost estimating; historic preservation; and CADD. Only architects or architect/engineer firms demonstrating the above capabilities and a planned approach to perform contract services will be considered. The applying firms or teams should have working offices within the State of California of sufficient size as to be able to provide timely response and experience to accomplish the work and be licensed in the State of California. No firm will be considered unless an application consisting of a completed SF 255 and other evidence of experience and capabilities the applicant considers relevant is received by the VA A/E Evaluation and Program Support Team (181A), Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, three (3) copies required within 30 days of the date of this advertisement. A current SF 254, representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included with the application together with current 254s for each proposed consultant's office involved. Applications will be rated based on the relevant experience of both the firm(s) and assigned individuals, the applicant's capacity to do the work, record of past performance on VA work, geographic consideration and the participation of minority-owned, veteran-owned and women-owned consultants, and demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Award of a contract is dependent upon the availability of funds. This is not a request for a proposal. If subcontracting opportunities exist and the submitting firm is not a small business, the small, small disadvantaged and women-owned business contracting goals will be 40% (SB), 10% (SDB), 5% (WOB), 2.5% (HUB Zone), 7% (VOB), and 3% (DAV). Note: The "covenant against contingent fee" clause is applicable to this solicitation. ***
- Record
- Loren Data Corp. 20011030/CSOL002.HTM (W-299 SN5116P5)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|